HomeMy WebLinkAbout062979-A1 - Construction-Related - Contract - Consor Engineers, LLCCSC No. 62979-A1
AMENDMENT No . 1
TO CITY SECRETARY CONTRACT No. 62979
WHEREAS, the City of Fort Worth (CITY) and Consor Engineers, LLC,
(ENGINEER) made and entered into City Secretary Contract No. 62979, (the
CONTRACT) which was administratively authorized on the 17 day of March,
2025 in the amount of $ 99,956.00; and
WHEREAS, the CONTRACT involves engineering services for the following
project:
Trinity Metro Bus Pad - Year 2, CPN 105883; and
WHEREAS, it has become necessary to execute Amendment No. 1 to the
CONTRACT to include an increased scope of work and revised fee.
NOW THEREFORE, CITY and ENGINEER, acting herein by and through their
duly authorized representatives, enter into the following agreement, which
amends the CONTRACT:
1.
Article I of the CONTRACT is amended to include the additional
engineering services specified in proposal attached hereto and incorporated
herein. The cost to City for the additional design services to be performed
by Engineer totals $378,719.00. (See Attached Funding Breakdown Sheet,
Page -4-)
2.
Article II of the CONTRACT is amended to provide for an increase in
the fee to be paid to Engineer for all work and services performed under
the Contract, as amended, so that the total fee paid by the City for all
work and services shall be an amount of $478,675.00.
3.
All other provisions of the Contract, which are not expressly amended
herein, shall remain in full force and effect.
OFFICIAL RECORD
City of Fort Worth, Texas CITY SECRETARY Trinity Metro Bus Pad Year 2
Prof Services Agreement Amendment Template 105883
Revision Date: June 13, 2025 FT. WORTH, TX
Page 1 of 4
EXECUTED and EFFECTIVE as of the date subscribed by the City's
designated Assistant City Manager.
APPROVED:
City of Fort Worth
c0 �
Jesica McZscLern
Assistant City Manager
DATE: 12/04/2025
ATTEST
4 4LDyd
0�8
gue °o:p
Jannette Goodall dpQ*�, 80
City Secretary dCad 01,000 d'
APPROVAL RECOMMENDED:
ENGINEER
lC�'jo((nss}}��or Engineers, LLC
I . h� ,lw
Krishna Peapully EVP1
TPD Director, Central
Region
DATE: 11/17/2025
R+�.wwss,xss,en,mraD
Lauren Prieur
Director, Transportation and Public Works Department
Contract Compliance Manager:
By signing, I acknowledge that I am the person responsible for the
monitoring and administration of this contract, including ensuring all
performance and reporting requirements.
ua`-ul
Chad Allen, P.E.
Engineering Manager
OFFICIALRECORD
City of Fort Mortu, Texas CITY SECRETARY Trinity Metro Pro Pad Year 2
Prof Services Agreement Amentmmt T®plate 105883
Revision Date: amre 13, 2025 FT. WORTH, TX
Page 2 of 4
APPROVED AS TO FORM AND LEGALITY: M&C No.#: M&C 25-0867
Woe M&C Date: 9/16/2025
rmp..N...amu�>emmarm
Douglas W. Black
Sr. Assistant City Attorney
City of Fort Nortty Texas Trinity Morro Pro Pad Year 2
Prof Services Agreement Pmendinmt T®plate 105883
Revision Date: .]we 13, 2025
Page 3 0£ 4
FUNDING BREAKDOWN SHEET
City Secretary No. 62979
Amendment No. 1
Fund
Dept ID
Account
Project
ID
CF1-
Activity
CF2 -
Bond
Reference
Amount
30100
0200431
5330500
105883
E03830
9999
$378,719.00
Total:
$378,719.00
City of Fort Worth, Texas Trinity Metro Bus Pad Year 2
Prof Services Agreement Amendment Template 105883
Revision Date: June 13, 2025
Page 4 of 4
Fob Wow
ATTACHMENT "A"
Scope for Engineering Design Related Services for Arterial Improvements
The scope set forth herein defines the work to be performed by the ENGINEER in
completing the project. Both the CITY and ENGINEER have attempted to clearly define the
work to be performed and address the needs of the Project.
OBJECTIVE
The City of Fort Worth is collaborating with Trinity Metro to provide new and replace existing
bus shelter pads and bus bench pads.
WORK TO BE PERFORMED
Task 1.
Design Management
Task 2.
eeptua�Destgn-f38%3
Task 3.
Preliminary Design (60%)
Task 4.
Final Design (90% and 100%)
Task 5.
Bid Phase Services
Task 6.
Construction Phase Services
Task 7.
ROW/Easement Services
Task 8.
Survey and Subsurface Utility Engineering Services
Task 9.
Permitting
Task 10.
Quality Control/ Quality Assurance
City of Fort Worth, Texas Page 1 of 31
Attachment A
Revision Date: 05.23.2024
Page 1 of 31
Fob Wow
TASK 1. DESIGN MANAGEMENT.
ENGINEER will manage the work outlined in this scope to ensure efficient and effective use
of ENGINEER's and CITY's time and resources. ENGINEER will manage change,
communicate effectively, coordinate internally and externally as needed, and proactively
address issues with the CITY's Project Manager and others as necessary to make progress
on the work.
1.1. Managing the Team:
• Lead, manage and direct design team activities
• Ensure Quality Control / Quality Assurance (QC/QA) is practiced in performance
of the work. Refer to Task 10 for further details.
• Communicate internally among team members
• Task and allocate team resources
1.2. Communications and Reporting:
• Attend a pre -design project kickoff/charter meeting with CITY staff to confirm and
clarify scope, understand CITY objectives, and ensure economical and functional
designs that meet CITY requirements
• Attend one (1) constructability review meeting with CITY representatives,
including Traffic Management, at the 60% submittal milestone
• Conduct and document bi-weekly project update meetings with CITY Project
Manager
• Conduct review meetings with the CITY at the end of each design phase
• Conduct QC/QA reviews and document those activities. Refer to Task 10 for
further details
• Prepare invoices, in accordance with Attachment B to this Standard Agreement
and submit monthly in the format requested by the CITY. Multi -month billing is
not allowed. Months in which no work is being invoiced shall require submission
of a $0.00 invoice. Prepare and submit monthly Project Status Reports in the
format provided by the Transportation and Public Works Department.
• Prepare and submit baseline Project Schedule initially, and Project Schedule
updates with a schedule narrative monthly, as required in Attachment D to this
Standard Agreement in compliance with the City's Specification 00 31 15 entitled
Engineer Project Schedule. This PROJECT requires a Tier 3 schedule as
defined in the City's Specification 00 31 15 entitled Engineer Project Schedule.
•—Rrepare-aed-��it-a-gre4i�iaa�-Rr-sjeEt-�i isk-€�e�+ster-€rev+ew-Rr-sjest-€�isk-
�egiste� fferaedisat��ti##GIT-�Rr-sjes�AAaaage�a�►d+�►ak�resedatis�ta-
m4igate; aesept-,errr-em4ay rrasls,
• Complete Monthly M/WBE Report Form and Final Summary Payment Report
Form at the end of the project.
• Coordinate with other agencies and entities as necessary for the design of the
City of Fort Worth, Texas Page 2 of 31
Attachment A
Revision Date: 05.23.2024
Page 2 of 31
Fob Wow
proposed infrastructure, and provide and obtain information needed to prepare
the design.
• With respect to coordination with permitting authorities, ENGINEER shall
communicate with permitting authorities such that their regulatory requirements
are appropriately reflected in the designs. ENGINEER shall work with regulatory
authorities to obtain approval of the designs, and make changes necessary to
meet their requirements, as part of the design scope.
• Personnel and Vehicle Identification: When conducting site visits to the project
location, the ENGINEER or any of its sub -consultants shall carry readily visible
information identifying the name of the company and the company representative.
ASSUMPTIONS
• One (1) pre -design project kickoff/chartering meeting
• One (1) constructability review meeting during design
• Thirty (30) biweekly project update meetings during design phase
• At least two (2) plan review meetings
• All submittals to the City shall be Quality checked prior to submission.
• Project design phase is anticipated to take fifteen (15) months (Excluding Survey).
• Project construction phase is anticipated to take twenty one (21) months.
• Fifteen (15) monthly updates of Project Status Reports, DVIN forms, Opinion of
Probable Construction Cost (OPCC), , and project Schedule.
DELIVERABLES
A. Meeting summaries with action items
B. QC/QA documentation
C. Baseline design schedule
Rre i m m ie ary- Izrej eet RieIF R egi ster
E. Monthly Schedule updates with schedule narrative describing any current or
anticipated schedule changes
F. Monthly Project Status Reports
G. OPCC updates with milestone submittals and when new cost figures are available
H. Plan Submittal Checklists (See Task 10)
I. Monthly invoices
J. Monthly DVIN Report Form and Final Summary Payment Report Form
City of Fort Worth, Texas Page 3 of 31
Attachment A
Revision Date: 05.23.2024
Page 3 of 31
FORTWolr w
T-ASK2-. CAN6€RTUAI= DESIGN-(30-lP€RG€NT).
the-�eeee�a�Bes+ge-sfaa4l-�e-ea�re+tied-�Gl��e��e-ae�e�-Rr-e�ec�-SEge�ele:
The pur-pose 4the eeRGeptual-desig44-+e#er-#die-€NGIN€€€te-+deRti#y-develeV
eee�e+sake-thresgla-the-de#ir�ed-deliverables; aF�d-Feee+�+d-�be-des+g�a-seeee�-#�iaf-
saeeess#ally-addresses a€this-
seF,sept:
ENGINEER deuelsp #be ee ►se a deslge-s€tha iRkas"sAur-&ae#ellews.
#iC-Se+Rt Bata: isrose#t-€xeel-epFeadsheet-of-Raw24-hsat=aR4-Tu iag
MoveFge4SeaF*data7gat4ered-ai:-4-&-miF} +RteF.als-at-a-mieip4ufr GR-aN-Faw-
data-selleeted-Rrewide-gaily-Summari i3- ' -APpreash-and-Peak Rerie4-
S+SFr}Furies-by-�lppreasl�SpFeadsheet-shal�be-+pleaded-te-the-Sl�s-
deGUF►eRt-n4aRage:neF}t-system {eluildegfeldeF 'T-PW�Fa##ic-SeURt Bata':
•-IF►-additierrte-data-ebtaiRed-ffofn-the BI#-€NGIN€€I;�will-FeseaFeh-aR4-FaalEe-
e#eFt�te-sbtaiF�peFtieeF}t-ia#eFFeatie�te-aid-i�seeFdiF}atisF�s�tfae-��e�ssed-
iFrEprewemeRts-vwth-aRy-plar}rFed-#etsre iFr► veR4eRts-that-may ipAueF;se-the-
pFajest.--€NGIN€€I-wgalse-ideF}WaR4-seel� te-ebtaie-data-feF-e*istieg
se►d+tia►s ttaat Faay +Fa�aEt #fie �Fejeet i►slad+►g; at+litieageF}eies aF}d-
railreads)-,Sity-Master RIaF4s; a44d-prepe4y-ew r-sbip-as-mailable-fFen;-the-Tax-
AssesseF's 944ee:
��he-€NBIN€€l��ill-seF►se��it#a-tlae-Gl�sr�FaFFspsFtatieF�aF�dRebli��eFl�
BepaAmer4t-,aAFateF Bepa4meF}t aapd-ether-GIT-Y- depai4meRts, public -utilities;
0-vate-et+l+ties, pri*ate-+utilities ar gewef-Firneat age-Rdes-�determiaethe-
appreteireatetlesatier+4abewe-arid-w4der-reeR-etilities and-et4eF-#aeilities-
(GUFreRt and-fUtUFothat-I}ave-aR-irepac4-er-ir}#laer}se-494-the-pFejeet:
-The data-se4eetiop e#mart&wgalse-ipGlude-seF}duG#1 }gspesial sesFdiRati944-
meetings with-affested-prepeFty-eWrReFs-and-besiResses as-seeessaFy te-deVelep-
sewrer-Fe-Fe+ 4iTpla &wheF&nesessaFy.
2:2. SubsUFfaceUt+lity-€F}giFaeeFin@
Rrewide-SsbsuF#ass-Utility-€F}giReerir g-(,%U€}per--Task-�
-23. Util+ty-BlearaF►ee
€N6IN€€I�dewelsp-the-desigr�e€Gl�#asil+fiesta-aweid-eF-FF�+F►iFF<i�e-
eee#liste�ith-e�istir}g-+�til+ties; aF►d-u�her�l�ewFrt-aF►d-pessible-ser}sider-peteF}tial-
#eter�+�til+ties-ir�desigF}��her-e-see#lists-sa�st-be-a�eidec-�seerdiF}atieF�e#-
�ltil+ty-BeFF#liste•�it{-begiF�at-the-GeeEeptaaL- BesigFF-phase:
•—Ira-the-case-eta-p+�blis-+utility-seF�#liet; the-€N6IN€€€I-desig+a-SIX-#asilities-tom
maid e�Fa}irairr►+�e seas#list�alwth-e istirFgaol+tie ar l�eFe kRewn pessible-
eer►sider-peter►tial"#�►taFe-atil+ties-iF►-desigF►s.
City of Fort Worth, Texas Page 4 of 31
Attachment A
Revision Date: 05.23.2024
Page 4 of 31
Fob Wow
�lF�ffae ease ova � i a#�ll ili# See#liGt-,-tha - €NGIN€€R-w4l pride a-PBl=set-44-
plaF�s tlae + tilit eera#liets rtig#�ligrtted a+ad-a-Utility-GORE iGW-Table efthese
eeF�#Iiets fade +Feeleded-iF} a �ltilit GlearaF}se 6etteF feF seerdiF►at+eF}: The.
€NGIN€€R-may seed a seer�ieafe direeN ii fa fae � i ate ilif euide� +€ #oaf
pFeuider-Feeds-to-+RdeFtal�desigF�te adjest tfaei etilit s IeeatieF�
♦- -Tfae €A1GINE-€R-sfaaWWlead-a-PBI= file a€*4- GIT4---appreved-eeese al plae-
setto ffae desfgF}ated p ejee #elderia Abe G+t s dee+�rF►er + agefent-syafeffl
fel�ildeF}fe�#eFwardiF�gta all-+�#+li#�eerapar�ies-�faiek�#tee-#asil+�es-�ii:fair�i:fae-
limits-e#-tha-pso eet:-Tfae-PIS€#ile-sbeald-be-eFeated-diFeetly-fFef4-tha - GA&file -.
2�: €r@ipeerir4q-Besign-Report
T-e-ensure-adhereRGe-te-pFejeet-seepe, #dial desig appreael +si44-4F;4- TprejeGt-
ebjesti es-aad #a edlaia ee ►earfeese e ► develepmeRt eftha eeasepleal-layeut
€PJ6lPJ€€I�sfaal�p�epa�aad-sadFwi�a-design+repel-ir��fae#err�alrp�ided-dy-�fae-
GIT-Y-prieF-t develepir}g-eeF+eeptua-kplaF}s-The CITY -shall -review d-previde
#eeddael�er�tl�e-Fepert-pFie�te-€AJ6lAl€€R-staFtiF►g-the-eeF�eept+�desigF�
Abe-weep#gal-BesigF�PaelEage-sfaal�iF�elede-#die-#eNea�iF}g-
• — PFeIiFF}iF�afy-eeveF-aFid-ii dex--of-sheets ing-prejest-lifnifs, ar-ea-Ieeatief r Fnap
arFd-deginR t}g-and-e-Rd-statierrlirF 4a
— uaRtit�F + aFjF page aF�d east} desig sheet sbalE iF�elade a gaar}t+ty-talFe of
tat
-TFafie€ngieeerir st+ eeFridc)F alysis-stedy-er-aligrw4entgeasidi4"wdy-te-
sappert-the-resemmeRded desigR-Alterpatiye 4RteFseeti9n GGRtrel-€-Valeat+en-
Repert-(-IGE-�-FF►a�-de-regeiFed-i#-applisadle:
�GeF�eepteal-BesigF�Repert-(-ArteFials}ir}the-#err�aat-pFe�ided-�tfae-Gl#
•--Gaaeeptaal-i��FAA-Grtesl�list-iF+-aeserdaF+ee-�itla-the-earr�G rtT"Gl#-i€AAA-GFiteFia-
MaReal # r-Site BevelepmeRt-grid-GGRG#Uefier►
•€Bl= Warrsheets-sealed-bya-liseRsed pmfessigRal giReer-registere6i4+tl%-
€tate-ef-Re*as:
•P91=set-4plaFs-with-the-etil Genflickhig44lighted-aFd-a-Jltilit GeRfliGts-T-able
•--�Fa##ieGeer�t-Bata�el�eilder�ee-Bata-GeNestieF}-a�e�e:
•--E-�istiF►g-t-�piealrsestier�s-e#-ffae-Feadv�a�-ts-de-eeF►stFested-aleFtgu�it4�-prepesed-
t�pieal-seetier}s-�faiekreatliF+e-fbe-pFepeee�iFepFe�reFF►er}t��pieal-seetier�sfaall-
ir}el+�de-e�istir�g-aF�d-prepesed-R9�AF;--e�istir}g-aF}d-pFepesed-Iaae-�idtl=�s-aF+d-
diFestieFrarrewfs-e�is#+F�g-aF►d-proposed-sorbs; side�all4s; ar}d-retair�+F}g-malls:
�GeFFeepteal-plarraFd-pFo# le -sheets show4 g-exist4ig-and-pFepesed-her-i-zeRtal-
Foadway. alignmepts,-existiRg-andt prepesed- ROW; --existing ar}d prepesed-
sidewallFs-and-drivesais ppFepesed-lafie-diFnensieF,c, and-laF}e-ar-Fe�existing
City of Fort Worth, Texas Page 5 of 31
Attachment A
Revision Date: 05.23.2024
Page 5 of 31
Fob Wow
dra+Rage-s���r�si#�sv�ee�e�#�aesla+se-sf+��e�a�e�+s�ieg�ea��a�
verfiGal-a4g""'r.meRtG (PF 1866 .
09GG4-meRfaflGR G kejFdeelgR deGIs18R
� €ellR,,�es-G� �Feba�le- G6RefR.�GfIGR-Geed
ASSUMPTIONS
•—e#sF GalsslalfsRe and �es+�R-eba4�seR#er�++#�e GI�'s ser�eR+�l/A9
-Gr4teFia-A4ap4al-#er-Site-DeveJopp4eRt-aed-Senstreetiex-
edel+veFed
�—PDF files-GFeated-fFeRprdes+g-R-G4B-dry+Rge-wgb&upkeaded-la#-h&dessigna#ed
�r esl #elde + #fae +#ems deseR�eR maRagemeitsys#em Fe�llder}.
•—€Pf6lNE-E-Rwi net-pi=eGeedwifb-Rr-elimiRaFy Des+gR-eGNv+f+e&wi#heetWFmtteR
appFGa1-�th GI-TY-of th -GGRGe a�9esigR PaekageDELWERABLES
A--GanGeptual-BesigR-€IepqE
9- TrafficrGGui*Bata
G—TFaffiG-€Rg+ReeriRg-Slady
9—GARG pWa4-9Fa+4age-GheGklisf
€. G6RGept ai-9esigR-Package
F—€1Q�4a44d-EaseFneRt-Reeds-NW
G-1A1+#jr-G9i*Gt-12IaR-P9 WGGR# GtT-aMe
City of Fort Worth, Texas Page 6 of 31
Attachment A
Revision Date: 05.23.2024
Page 6 of 31
Fob Wor
TASK 3. PRELIMINARY DESIGN (60 PERCENT).
Preliminary plans and specifications shall be submitted to CITY per the approved Project
Schedule.
ENGINEER will develop the preliminary design of the infrastructure as follows.
3.1. The Preliminary Design Drawings and Specifications shall include the following:
• Preliminary cover and index of sheets including project limits, area location map
and beginning and end station limits.
• €Rlan t sealed-by-a-k-eesed-prefessmanal-er►g+veer-reg+stePed-+n-the-
•tate-ef-Texas:
• Utility Conflict Matrix
•PreI4RinWi9V FM-GheGkI:sr+n-aGE;er-danse wi##the-earren*SlTY- +9 GriteFia-
Manua�fer-S+te-Deuelepment-and-Denstruetie 4
• Traffic Control Plan including all construction signage and pavement markings
which will be in accordance with the latest edition of the Texas Manual on Uniform
Traffic Control Devices.
A Project Control Sheet, showing all Control Points, used or set while gathering
data. Generally on a scale of not less than 1:400. The following information shall
be indicated for each Control Point: Identified (existing City Monument #8901, PK
Nail, 5/8" Iron Rod); X, Y and Z Coordinates, in an identified coordinate system,
and a referred bearing base. Z coordinate on City Datum only; descriptive location
(i.e. set in the centerline of the inlet in the South curb line of North Side Drive at the
East end of radius at the Southeast corner of North Side Drive and North Main
Street).
• Updated existing and proposed typical section sheets.
�Uoated-roadway-plan-and-prefile-sheets-dlsplayingstatien-and-eeerd+nate-data-#er-
a4�k�eri�entaEal+gnrx�ent P D-'s-Ps P 1-'s; statien-and elevatlen-data-of-all-
ertieal pre#+le RD.°R� s Rl. flew peintand ll�pe+nts; lene€vertiEal-
eupve"Fades,K-vaWe��aR4-ve4iraVcleafanees-whregelre�
• No less than two bench marks per plan/profile sheet.
• Bearings given on all proposed centerlines, or baselines.
• Station equations relating utilities to paving, when appropriate.
•— 9verall-grejest-easementlayeet-sheet*.
�lnterseGtOOTlays+tsbeets-ii4c4udi4glQIALl+nes hoFizental a i4 ents, uWAies-,
orbs s+dewallEs driveways; lane-d+rr}ens+ens and arrews; and-ex+st+n -and-
prepesed-senteers-4.2-& intervals}
• Preliminary roadway details to include curbs, curb expansion joints, driveways,
sidewalks, pavement, streetlights, traffic signals and all applicable utility details.
•—Pre4n4'nary signing, pave me t-rr►aFk4ig, +ll+m+nat+en-ar4d-signal-layeats:
City of Fort worth, Texas Page 7 of 31
Attachment A
Revision Date: 05.23.2024
Page 7 of 31
FORTWow
�€P16INEER w4del+eeate flue watershed-based-er+Eep'tear-date-an(i-4eld-
verifioat+on-and-deournent existing -street; right-o way-and-stoFm drain-oapaoities-
for the subjeet site. -4drainage-area map-w44-be. drawn at-rnaxin;urn- " - 200-
seate-frern-avaitable-2-foet-c-enteur-data-with-the-centeurs-tabeted.--Bata-seuree-
and-year-wgbe-previded-by-the GtTY-.-Gateatatie%-regaFdiRg-street-ar}d-r-ight-e#-
way-oapaoities-and-design-discharges-(&yea and--400-year Fequenoieoat-
seteeted-eritisal teeatians-witfbe-previded. Gt#er- r Ueneies-as-required-dy-
iSVVAkcr4teria-may-be-appropriate-for-outfaNs-and-sensitive-tocations-Gapas+ties
ef-existiIgsterrn dram►-w4be-eatsutated and-sh9WR. Eateutatiens-shaW
oenfeFFA-to-GtTY-oriter-ia-delineated-ip4he GtTY,2s-ei4r-xent iSK4W-G;#e4a-Ma44uai-
#eo-Sge-Feveiepment eel Gensitrwetien. teGatieRs-in-the prejeet-area-where
4S0-yeaf-runeff-exceeds-avaitabte-storrn-drai;-and-right-o#-way-capac4t+es-shat4-
be-clear♦yriderati#ied-the-€t�16tt�€€l�s-resper}siditity-ir}eludes-reEe�reerada#+eras-
fer-imprey nts-e#the-existing. system as deemed-reasee and eeasistent-
witta-QT-Y standards:
�SteFm drain4ayeut-sheets-showing-tesatie+4-ar}d-size-4afl-ir}tets, machetes
junction -boxes; c-utveds-arad-pipirxg-te-include sterF drain-pra€ites-shewiAg--exis#RT
and-Prepesed-#tow-tines; #tows-tengths and stapes e# pipe tope# geund-pe#+te
over-Pipe-and-eeRnestienete-existir}g-er-prepesed steFm sewensystems.
• Documentation of key design decisions.
Estimates of probable construction cost (OPCC). This estimate shall use
standard CITY or TxDOT bid items, as applicable.
• Bus stop bench pad layout sheets including ROW lines, utilities, curbs,
sidewalks, driveways, lane dimensions and arrows, and existing and proposed
contours (0.10' intervals)
3 2. oteehf4icat Rvestigat+eniRaveFRent-Besign
•--€eit-investigations; +nsluding-#field-and-taberatery-tests; borings; retated-
eragineering-analysis-and-reoernrnendatione#o�deterrniningse+�oenditions-wit�be-
rnade--tn--addition-te-the-above-investigations; beings-and-appropriate-#field-and-
taberatery-anatysis-witt-be-made-at-reasenabte-inter�ats-atong-the-prejec�-
alignrnent #er-the-Bentraetee-s-use in-deterreining-se+t-eend+tiensfor-preparing-
bids-and-a-TFeRGh €a#et P4an:
•—The €NGtAJ€€R-shaWprepare-a-detaited-geetechnicat-"ineering-study-and-
paverAentdesign-in-een#efmanee vuitk�the Gi# e �e�# 4A�e Ra �esigrr
�9��:--The-study-shall-fine-4ude-reoernrnendationa✓regarding-
utit+ #enohing-and-identify-existing-groundwater-elevatior}at-eaG4;--ber-ing:
3.3. Constructability Review
• Prior or posterior to the 60 percent review meeting with the CITY, the ENGINEER
shall schedule and attend a project site visit with the CITY Project Manager and
Construction personnel to walk the project. The ENGINEER shall summarize the
CITY's comments from the field visit and submit this information to the CITY in
writing.
3:4. GGmmunity-AAeeting
City of Fort Worth, Texas Page 8 of 31
Attachment A
Revision Date: 05.23.2024
Page 8 of 31
Fob Wow
A#terthe pre44:ninary-plans have -deer+reviewed ee4-aped-by-th4-SIT-Y-#he-
€NGIN€€€ will,prepare-project exhibits, assist,t-he-prejec4-Fnapager-ii+prel aril -a
preseatatiee-4the-west-apprepriate-format-west- Lis ealIOR-Rewer-Reirt}and-
atter4dene-(-A}Gorr►muRAy- ►eetir}gtahelp-expla++ the-prepesedprejeet-te-resideats.
the-Sl�F-shall"select-a-saila�le-lesatier�ti+�e"ar►d�ate-the-€r►p+weer-reeds-ts-
Geerdir}ate-vwth-the-Git-y's-project-+�ar►ager-t-a-#erraat-the-�a+l+�W list-e€all-a##eGled--
prepe►�y-ewfaer�
3.5. Utility Clearance
The ENGINEER will consult with the CITY's Transportation and Public Works
Department, Water Department, and other CITY departments, public utilities,
private utilities, and government agencies to determine the approximate location
of above and underground utilities, and other facilities (current and future) that
have an impact or influence on the project. ENGINEER will design CITY facilities
to avoid or minimize conflicts with existing utilities, and, where known and
possible, consider potential future utilities in designs.
• Where conflicts cannot be avoided, coordination of Utility Conflicts will be
identified at -the GenGeptual-phase and begin at the Preliminary Design phase.
In the case of a private Utility Conflict, the ENGINEER shall upload a set of plans
in PDF format with the utility conflicts highlighted and a Utility Conflicts Table of
those conflicts in the City's document management system (eBuilder). The PDF
file should be created directly from the CAD files. At each design milestone, the
City PM will issue a Utility Clearance Letter to be accompanied by said plans and
table to all utility companies which have facilities within the limits of the project for
coordination The ENGINEER may need to coordinate directly with the private
utility provider if that provider needs to undertake design to adjust their utility's
location.
• ENGINEER to obtain utility As -built plans and/or do field visits to confirm
relocation is complete and that the utility has been relocated in accordance with
the plans and the project needs, report any discrepancies found, and provide
documentation to support findings.
• ENGINEER to upload all utility As -built plans in the City's document management
system (eBuilder)
3.6. Meeting minutes
ASSUMPTIONS
• Three (3) sets of 11 "x17" size plans will be delivered for the 60% design for
review coordination.
e-(4} set-e�the Rrejeot-AAanua�entraGt-a4;4-Speoi#iGatieAs}wi4-he delivered-
fer-the-60% design
• The following shall be uploaded to the designated project folder in the City's
document management system (eBuilder):
■ Single PDF file created from design CAD drawings.
City of Fort Worth, Texas Page 9 of 31
Attachment A
Revision Date: 05.23.2024
Page 9 of 31
Fob Wow
■ The Project Manual (Contract and Specifications)
■ All other submitted documents and checklists
•—T-be-QT-Yl&ffef*epA-aed-tec-hnieal -speei#ieatiees-wi iDe-used—T-he-€NGINE-E-R-
sha4eeuplAerfef*tht- toEbaieaGepeei#iEatioRs-i&+ieeded-.
•--8ae (4)-Rub1is Meefi gis-assume
• ENGINEER shall not proceed with Final Design activities without written approval
by the CITY of the Preliminary Design plans.
DELIVERABLES
A. Preliminary Design drawings and specifications including QC/QA documentation
B. Utility Conflict Coordination Package
G—Geeteehmcaal epe#
D. Opinion of probable construction cost (OPCC)
€. Ge ueity eti+49-ex-hibits
City of Fort Worth, Texas Page 10 of 31
Attachment A
Revision Date: 05.23.2024
Page 10 of 31
FORTWow
TASK 4.
A. FINAL DESIGN (90 PERCENT)
Upon approval of the Preliminary plans, ENGINEER will prepare construction plans as
follows
• Final draft construction plans (90%) and Project Manual shall be submitted to CITY per
the approved Project Schedule.
• The ENGINEER will provide a PDF set of plans with the utility conflicts highlighted and a
Utility Conflicts Table of those conflicts to be included in the Utility Clearance Letter to be
issued by the City PM.
• The ENGINEER shall submit an estimate or opinion of probable construction cost
(OPCC)
B. FINAL CONSTRUCTION DOCUMENTS (100 PERCENT).
• Following a 90% construction plan review meeting with the CITY, the ENGINEER shall
submit Final Plans (100%) to the CITY per the approved Project Schedule. Each plan
sheet shall be stamped, dated, and signed by the ENGINEER registered in State of
Texas.
�B aiRage-Study-c-heekl+st-+a-asee Fdaaee �w#kr#lae c-a�r�+�1�Sr+fertia A�a�a� #a��
Development aad-Geastr+Oe4ea:
• A Quantity Summary page will be included in both the 90% and 100% design plans.
Each design sheet of the plans shall also include a quantity take off table.
• The ENGINEER shall submit an estimate of probable construction cost (OPCC)
ASSUMPTIONS
• Three (3) sets of 11"x17" size drawings and-eae 4*set-4the RFejeel:-Ma-Raal will be
delivered for the 90% Design package.
•---A-RBI= eFeated-fFe Fndes+ge S4B bra i ►Qs ae� SAB #ilesr#e� the SAS Bes+ge aed i#1
apleaded the ejeet #elde +F�t ie Glty s deea l<+ ageFneRt-systee}(eEiu+Ide y
• One (1) sets of 11"x17" size drawings and one (1) set of specifications will be delivered
for the 100% Design package.
• A PDF created from design CAD drawings and CAD files for the 100% Design will be
uploaded to the project folder in City's document management system (eBuilder).
City of Fort Worth, Texas Page 11 of 31
Attachment A
Revision Date: 05.23.2024
Page 11 of 31
Wo
DELIVERABLES
A. 90% construction plans and specifications including QC/QA documentation.
—94t)�-FefeeaOGFr-paekage.
C. 100% construction plans and Project Manual including QC/QA documentation.
D. Detailed estimates of probable construction costs including summaries of bid items and
quantities using the CITY's or TxDOT's standard bid items and format, as applicable
E. Cover sheet in PDF format for the signatures of authorized CITY officials.
City of Fort Worth, Texas Page 12 of 31
Attachment A
Revision Date: 05.23.2024
Page 12 of 31
Fob Wow
TASK 5. BID PHASE SERVICES.
The CITY reserves the right to deliver the project by bidding it, issuing a work order out of an
existing a unit price contract or by alternative delivery. ENGINEER will support the
construction procurement phase of the project as follows.
5A. -SUPPGFt-
-The-E-NGINEER shad eplead el4-p4ai4s-arid-G9ntrast deseF►eAts-eet94he- 'e-
desumertrraRagemePA-systeFi+-fel3uilder+#er-recerd.c,.-.
•—RrejestI�ual shall be-upleadedir} asir}gIeRBI=-#+le-ir}eBuAder-as well -as.
iedi�idaal-#i les-as-�egeired-#e-�e-iesladed-ie-#faeSite's-�reeere�er�t-�e�tal;
Rea#i�
•--laid Rrepesal-BeserneRt- 4th Gerttrast-desae►eate shall �e e�leaded ie a #+le
#orrRat-4filer e-exter}sie a °.-Is
�)4f4t-P- iee-Rrepesal desaFneRts arete be created a#+li�i ►gtbe city a e � ie�
feel-eply-apd-se�dieed-ie-a-spesi#ied-spreadsfaeet-�werkdeel�€id-Rre�esal-
k4lerksheet-Ternplate, that-w&ig, -populated-arid-see►#igefed-se-that-all-pages--
are Eefnplete-and-tbe Su aFy Fks#eet(s)ir-#-he-werkb9Gk-detail-and-
autematically-sumpAaFize the totals-#ern-#be-inserted-Ur4WRrise-P-mPgsal-
desu4;4eat-werk h9ets
•--Plan €ets-are to-do epleaded-te-tf &e gity's-desuP:Ierit-manage:R9PA-sy6t9FP,
(eguilder)-ie-twe-#errr►ats;- RBI= a ►d GAB#files- �fae RB��wll se ►list e# erte #+le
4the-entire-Oa44-set.
•—Tlae €NGIN€€R v ill"seerdiaate-witf+*e-PA4-te-FespeRd te-VeRder-Diss4466ier6
{lFI}ar►d-issue Public Ale#Ges-(addeRd4WheP ResessayF-if:FgeRfire--Tfae-
€NGINI€€€�bid- deGUM er►ts-
arFd-�nri�-prepare-proposed-resporFses-ta"a�-bidders-puestiorFs-ar}d-requests-i�-tfae-
#erra-o#-addenda:-The-€N4;1NI€€R it4 seer-dif4at&witk+tf ,- Gity-P-Wte-uplead-all--
ap+ered-add(Qr►(Ja-9Rte i39R ife-a&well-as-e€uilder:
Atte the-fie-did-seigerenGe-in-suppeFt-4the-CITY:
�y4ssist4h4- CITY-ir-deter-mir}ir}gth"uali#iGc-A40 S aeseptabilA)�-4prespestive-
se�►t�aste�subse�►t�aster�ar�d-suppler-s�
— er�eubstitutieR pr-ie te-award-eAseatrasts-is-allewed-ia-tbe seetr-aet-
decurnests-the-€NIGINI€€R #AH-advise the-CITY-aste-tlae-acceptability-ef-
alteFRate-e►ate+gals-and-eguipra8Rt-prepesed by -bidders:
•—I�e�r+ewa-all-�ateriale•received-#rota-bidders/�reposers-assist-tfae-CITY-i�r-
evaluatieg herx�apA-resen4n4eRd-awaFd 4tbe-sE)PAFast. XGO 4altsabMitted-
ri4aterials-is-te-be-upleaded-ir}te the project s llesults #elder ee tfae City s
doouraeRt- Fn aRageMerit-system-feguilder}
0 Ir►cerporate-aWaddenda-inWthe-eer}tract-desuments-ard-issue seRfermed-sets-
Afterthe bid-epeR4497€NIGINI€€R wP4-provide a-mii;imurq- of. b-#ull.sets. of. pla-Rs-b..
City of Fort Worth, Texas Page 13 of 31
Attachment A
Revision Date: 05.23.2024
Page 13 of 31
FORTWow
half -see -sets d-2-eepies-e t-he eeefer-reed-PFejest-Manualset-+aeer-peratiag-alb
appr-eved-addenda:
5.2. Issue Task Order for Construction
• Engineer shall create and issue Task Order document for the construction of the
Year 2 Bus Pad project.
• The ENGINEER shall upload all plans and contract documents onto the City's
document management system (eBuilder) for records.
• Plan Sets are to be uploaded to the City's document management system
(eBuilder) in two formats, PDF and CAD files. The PDF will consist of one file of
the entire plan set.
ASSUMPTIONS
��he-��ej ec��ilk�hid-er�sese-a�►d-aavar�ed-te-erne-ser�t�ac�er
—Genstrac%an-dGGuments w+ll-er}ly-he-n}ade-availahle erg th&GiWe-pr-ec-ur-en4ent-
plaffefm genfife-
�Gens"49n-decentSwU44ef-he-pr-inted- the -CITY -and -made available-fer-
PWFGhase-by-p4an-heiders-andi9F given-te-plan vlir@-r-eeMS:
• All`prec-ur-ement-fnatetiais-wiWhe-apieaded-te-the GitYs-pnOG renent-p4atfen;4-,
Pen#iFe-,as-weWas-e8w+ldeF.
• Three (3) bid package unit price support documents (approximately 2-pages
length, excluding counting the plan sheets)
DELIVERABLES
A —Addenda
8—. Reeemmendef-award-as-recoFed-per- r eet
C—Cens"c4ien-dec eRts-{ce Fmed4
D. Three (3) Unit Price Task Order Documents
City of Fort Worth, Texas Page 14 of 31
Attachment A
Revision Date: 05.23.2024
Page 14 of 31
FORTWor
TASK 6. CONSTRUCTION PHASE SERVICES.
ENGINEER will support the construction phase of the project as follows.
6.1. Construction Support
• The ENGINEER shall attend the pre -construction conference.
0 A#teF *4- pre-eeas#fUst+eReeeferepc-e-#die €N6tl €€€I-sha4l- +de preje t-
eA449ts-apA-attend-erne k4}- dl+e-mee#f�g t,e-help-e-xplai4thi- pFepesed-pr-ejestte-
FesideRts. a St# sfaal�selee a sE►+ta le-Iseatieq s� wed+a aed eia+l ►st+ees te-
t-he-i4ear-by-residents arid- ether-�stakel;sldeFs:
• The ENGINEER shall conduct periodic site visits as needed during the duration of
construction. The ENGINEER will prepare or collaborate with the CITY PM on a
Construction Progress Report using the CITY's standard format and upload in the
City's document management system (eBuilder).
The ENGINEER shall review shop drawings, samples and other submittals
submitted by the contractor for general conformance with the design concepts and
general compliance with the requirements of the contract for construction. Such
review shall not relieve the Contractor from its responsibility for performance in
accordance with the contract for construction, nor is such review a guarantee that
the work covered by the shop drawings, samples and submittals is free of errors,
inconsistencies or omissions. The ENGINEER shall log and track all shop
drawings, samples and other submittals in the City's document management
system (eBuilder).
• ENGINEER shall review material substitution requests, issue a recommendation
and incorporate approved substitutions into the Record Drawings.
• As requested by the CITY, the ENGINEER shall provide necessary interpretations
and clarifications of contract documents, respond to Request for Information (RFI)
from the contractor, review change orders, and make recommendations as to the
acceptability of the work. The ENGINEER will meet with the Project Delivery
Team and Contractor on -site to review any field changes.
• The ENGINEER shall attend the "Final" project walk through and assist with
preparation of final punch list.
6.2 Record Drawings
• The ENGINEER shall prepare record drawings from information provided by the
CITY depicting any changes made to the Final Drawings during construction.
Information provided by the CITY may include, but is not limited to the following:
o As -Built Survey provided by the contractor, which includes vertical and
horizontal coordinates of all water, sewer and storm drain assets, and in
accordance with the Construction (As -Built) Survey Specification. ENGINEER
shall verify accuracy of the data provided by contractor and conformance with
requirements.
City of Fort Worth, Texas Page 15 of 31
Attachment A
Revision Date: 05.23.2024
Page 15 of 31
Fob Wow
o Red -Line Markups from the Contractor
o Red -Line Markups from City Inspector
o Approved Substitutions
The ENGINEER shall modify the Final Drawings electronically and shall place a
stamp on the plans indicating that they represent Record Drawings of the project
as constructed. The stamp shall be signed and dated by the ENGINEER and
shall be placed on each plan sheet, whether there are any revisions on the sheet
or not. Each sheet shall clearly indicate all changes which apply to that sheet by
clouding and numbering, or other suitable means.
• The following disclaimer shall be included with the Record Drawing stamp:
These Record Drawings were prepared using information provided by
others and represent the as constructed conditions to the extent that
documented changes were provided for recording. The ENGINEER
assumes no liability for undocumented changes and certifies only that the
documented changes are accurately depicted on these drawings.
The ENGINEER shall submit a set of sealed Final Drawings, modified and
stamped as Record Drawings, in Adobe Acrobat PDF format (version 6.0 or
higher). The set must include the cover sheet bearing City official signatures.
The ENGINEER may keep copies of the information provided by the CITY for
their files, but all original red -lined drawings shall be returned to the CITY with
the digital files.
• There shall be one (1) PDF file and one (1) CAD file for the TPW plan set and a
separate PDF and CAD file for the Water plan set, if required. Each PDF file
shall contain all associated sheets of the particular plan set. Singular PDF files
for each sheet of a plan set will not be accepted. PDF files shall conform to
naming conventions as follows:
I. TPW file name example — "W-1956_org47.pdf" where "W-1956" is the
assigned file number obtained from the CITY, "_org" designating the file is
of an original plan set, "47" shall be the total number of sheets in this file.
Example: W-0053_org3.pdf and K-0320_org5.pdf
II. Water and Sewer file name example — "X-35667_org36.pdf" where "X-
35667" is the assigned file number obtained from the CITY, "_org"
designating the file is of an original plan set, "36" shall be the total number of
sheets in this file.
Example: X-12755_orgl8.pdf
Both PDF files shall be uploaded to the project's Record Drawing folder in the City's
document management system (eBuilder).
For information on the proper manner to submit Record Drawing files and to obtain
a file number for the project, the ENGINEER should coordinate with the City
project manager. File numbers will not be issued to a project unless the
City of Fort Worth, Texas Page 16 of 31
Attachment A
Revision Date: 05.23.2024
Page 16 of 31
Fob Wow
appropriate project numbers and fund codes have been assigned and are in the
Department of Transportation and Public Works database.
ASSUMPTIONS
• AlleetiRg+&assumed
• Three (3) preconstruction meetings with contractor are assumed.
• Three (3) site visits are assumed.
• One (1) submittal reviews are assumed.
• Three (3) RFI's are assumed.
• Three (3) Change Orders are assumed.
DELIVERABLES
A.—Ssramaaity meetiRge k►+bAs
B. Response to Contractor's Request for Information
C. Review of Change Orders
D. Review of shop drawings
E. Record Drawings in electronic format
City of Fort Worth, Texas Page 17 of 31
Attachment A
Revision Date: 05.23.2024
Page 17 of 31
Fob Wow
TASK 7. ROW/EASEMENT SERVICES.
ENGINEER will support and perform activities related to ROW and land as outlined below,
per scoping direction and guidance from the CITY's Project Manager.
7.1. Right -of -Way Research
• The ENGINEER shall determine rights -of -way and easement needs for
construction of the project. Required temporary and permanent easements will
be identified based on available information and recommendations will be made
for approval by the CITY.
• Approximate ROW Determination - The ROW line will be approximately shown
based on any survey corner pin/monuments, curb lines, or other features
gathered in the topographic survey and compared with As-Builts/plat maps
and/or available county/city GIS data. This ROW determination will not be a full
boundary solution for the ROW line and closed parcel.
7-. . R4ght-ef-VVay /CvT,-.�.++.--Rt-P-r-epaFat4ef-and-P4+tta�
•---�e-€P�6tP�1€€P�-sba4P-�e�ar-e+�ese+x�eRP:s-P:e-�e-ase�-P:eebtai�►-�i�P�e�wa�-and-
per-maRentandief-te+per-a+yeaseFneRts Fec0fedA9-sefl8tr-actt-h +RpreyeMeR#G.
•--Tbe €P GINF=€P shaIP WpaFe a-PQW and-F=RqPm paFGel FefeFeRGe-FRap
shewRRg-afd-des+gRat4Rg-a4-PaR4-iRteFests fer gfejec-t-. The-ffap-shaWia--rev+sed-
as-ResessayFthr-oughst4the-Pand-asq+s+s+tieI4-gresess
•—The-desefReRta#+eR-sfaa�be-gfev+ded-+R-seR#eFRaaRee-�itk�tfae-sfaeePFl+ems-and-
tefRpRates a a+RabPe-eR-the r.,4y°s-dee61MeRt Mafagameftsystem {eBu+Pder}-
RFejec-tReseufses fePdeR
•—�Fheft-fequ+fed; €P�6PP�1€€P�-sba4P-gFe�+de-a-wed+�Pe-P�-ARaP�+s-+R-seR#eFRaaRee-
w4 -Peal-€state requ+feffefts.
-73— Right-ef-Way/€asem8RtAsgeir,409R SeFviees.
��e-€P�61•R�1€€R�sba�-gFesaFe-aggfa+saP-sef�isee"�-P+sensed-aggfa+sefs#ef-aP�-Pand-
+RteFests +R the �Fejeet
�Tbe€NG4NEER sbaPl issa&a#ef-Fetter-s-te-gfepeFt"wner-s and-Rege#ate Pa44"9Rt
Bests.
•—AIP ef4-ebaPP-�eeRdeeted-+R eeerd+Rat+efrwit#ttae-G+ty'e-gfejeet-FRaRageF, t:h&Qty'6-
P�FepeFty-P�AafageFfeRt-P3epaftrfeRt:rand-+f-sef#errfafee-with-the-Texas-P�regeFty-
Gede-Chapter-�a-€Ff+Rent-R3eFRa+f�-gu+del+Res-te-aNeav-the-G+ty-to-���e-erg+ReRt-
deRaa+f-sheuPd-Rt-de-
��#eaPd ttie G+ty Beside te-gfeseed eRa+Rent deR�a+r�ttae €PaJ6tR€€Rprew+de
atV-te-sugp4G44he-Pegal-gfesees { feu+de an)r-addAignal-eugpeFt and-
ffay-de-requ+fed-te-de-af}ex-pef-VItRese, at-the-R=and-GGmfnissi6Rer'e HeafiR�
7.4. TeR3pefayFRigi:tsf-€RWP r-egaratieR-and-S6ibRa+ttal
•—P f4ef-te-eeRstruet+eR *t , €PaJCINF=€R eh9w1d-eesrd+Rate �vitRa the Git�r-pFejeet
RfaRageF tQ44ef ify-a4-Reeded TemperaFy-gght-ef-€Rtries-"fn-PandewReFs-Pt-i&
assuffed-tfaat ietter&wg4gfPy-de-fequ+Fed-fer-Pafd- wneFs-adjjaseftte-
City of Fort Worth, Texas Page 18 of 31
Attachment A
Revision Date: 05.23.2024
Page 18 of 31
Fob Wow
GGR6treetier}errwha-are d+reedy-affeGted b1fth pFejeet-and—ease t is-
regeired toeF teF their preperty.
-The-desuFR8 ►tatie shaWia--greuided-if+-Eea#er-maRe-&with-t &GheGklists-ate
templates-available-ef:i ht, GAy's-desemeRt management -system- aWdeo-
Rrejest-Reseur-Ges-#slder-
ASSUMPTIONS
Right -of -Way research includes review of property/right-of-way records based on
current internet based Tarrant Appraisal District (TAD) information available at
the start of the project and as -built records. It does not include effort for chain of
title research, parent track research, additional research for easements not
included in the TAD records, right-of-way takings, easement vacations and
abandonments, right-of-way vacations, and street closures. No Right -of -Way or
Easement acquisitions are expected.
0 Geeer-al-r-ega+Femente
Oer+tast-name and-niai4i4g-addres&#er-1 h4- laedewRer
0-Title-peliey-#er-eaEkrpermaRent-easement
��it�searsk��b�e+�l�an-sear�se�paey-(+�l�eNer�asf}e��Bl}per-i#yieg
ewRers#ip-#er-each-T-'.€
•—€r�gagemer ar previsier�e areappraisal #er eael}l:ake-#rer:'A-a-Texas
registered-appraisal44m
•--&g44ed-and-zed-zed-easemeRt&with- 4tb4ts-
�Sepy-ef-e#er-letteF iedicatier-agreed-upon-cempeRsatieR
•—Cc„iiiyresears#-ir}sled+rig-preuid+r}gsigr}ir�gaet#e�ity-�era�isatier}-#ear
cerperate-lar+dewRer
�Ser}taGt- ege€eerrFneeieatier+witl}the-landewRer
•—&g44ed-W &fF9m-landeweer
•—€rwiaeet-Dema+e-r-egWeme+�ts:
��i�isal-#e�ae-erw+ee►�-derv►a+e-y�eseed+eg-+s-as-#e#ews-aed-s#alf-#e-�We-
Fespees+bWty-el tqe-asgvisWee-a9eM1
-Appraisal e€-the4ake-lessthap,4-yea F Gld
0 IR4ial-e#er-and-#+r.-i�e#ei:4etters (lOL- day-per♦ed; l=OL-44day-peried)
0 RF944tbe prev4sier 4Texas LaadewRers-&Wef-P,,.ig#ts-t-ath4- lar}dewr in-
#et#-e##er-letters (.Gi Fed Wertl -- Rds-e#er-4etters-via-registered-mail)--
City of Fort Worth, Texas Page 19 of 31
Attachment A
Revision Date: 05.23.2024
Page 19 of 31
Fob Wow
OT-itle wer-k-ider irigar4�-ef#er-eRtitie&ef�-tbe-pfope►#y-tbatrneed-#o-be-served-
as pad a ereir�er der air�preeee�ir�g f e�ele l '" ef-Tifle-
GerifFrreraf�
•—GertaGt leg-e#-al�69RtaGt af►d Peg9#+a#9R&w4h-landGWReF a ►dier✓their-
r�ese+9a#+ve
DELI ERA S
A—.XXX( } €asemente l�i�i#�ar + ►eels area rr�ds �revi er+Gl##e r r
l--RQWand-€aseMertpareeknap
G—XXX(X}Terq4per-ayf-R4@htef-E-rAyf-eever-letters
9—XXX WTen4peFapf-�gltef €4itpyL-dec-doerfs
E—.-lf-applieadle-€miRent 3era+air-sapped-deeuments
City of Fort Worth, Texas Page 20 of 31
Attachment A
Revision Date: 05.23.2024
Page 20 of 31
Fob Wow
TASK 8. SURVEY AND SUBSURFACE UTILITY ENGINEERING SERVICES.
ENGINEER will provide survey support as follows.
8.1. Design Survey
ENGINEER will perform field surveys to collect horizontal and vertical elevations
and other information needed by ENGINEER in design and preparation of plans
for the project. Information gathered during the survey shall include topographic
data, elevations of all sanitary and adjacent storm sewers, rim/invert elevations,
location of buried utilities, structures, trees (measure caliper, identify overall
canopy, and have qualified arborist identify species of trees), and other features
relevant to the final plan sheets. Existing drainage at intersections will be verified
by field surveys. Spot elevations will be shown on intersection layouts with cross
slope to fit intersecting grade lines.
• Right -of -Way research includes review of property/right-of-way records based on
current internet based Tarrant Appraisal District (TAD) information available at
the start of the project and tied to available on -ground property information (i.e.
iron rods: fences: stakes: etc.),
• The minimum survey information to be provided on the plans shall include the
following:
— A Project Control Sheet, showing ALL Control Points, used or set while
gathering data. Generally on a scale of not less than 1:400:
— The following information about each Control Point;
a. Identified (Existing. CITY Monument #8901, PK Nail, 5/8" Iron Rod)
b. X, Y and Z Coordinates, in an identified coordinate system, and a
referred bearing base. Z coordinate on CITY Datum only.
c. Descriptive Location (Ex. Set in the centerline of the inlet in the South
curb line of North Side Drive at the East end of radius at the Southeast
corner of North Side Drive and North Main Street).
— Coordinates on all P.C.'s, P.T.'s, P.I.'s, Manholes, Valves, etc., in the
same coordinate system, as the Control.
— No less than two horizontal bench marks, per line or location.
— Bearings given on all proposed centerlines, or baselines.
— Station equations relating utilities to paving, when appropriate.
&2. TempeF Py-Rigl*ef-€atPy-P+epaFatieR-ai4d-€ubmittal
• -Tfae dese+ #at+ea-shall-iae-wed-if+-seafer-maRG4- w+th4ha-GheslEl+st&apA-
fen*ates-available-erg-th&G+ty's-desa t-maRagern -systern Feseenres-
feldeF.
City of Fort Worth, Texas Page 21 of 31
Attachment A
Revision Date: 05.23.2024
Page 21 of 31
FORTWolr w
� 3. Sub eF#ase Util+ty-ERgiReer4Rq
RFeu+�e-��sa�#ase-i�-€ag+�►ee�+r�g(�1�€}-#-e-Qaal+#�-1=evel-9;
dessFibed-belew--�e-€�1€ sfaaN-be-e�-+a-asseF�apee-�i#�-�1/A�S€-�8�:
Qualit: -del- D
►desk-aypFepFiate iRvestigatiergfe:�evwR8F FeeeFd-,,-SeeRty�Gl��eser-dam
peFseFial-iF}teFAewsisaal-iF}spestieF}s; ets } fe #elp ideF►ti#y at+lity ewFFeFs #faat
FF�I�e-#aril+ties-wit#�ir�#-fae-pFejes�liFa+ts-e�#�iat-FF�ay-be-affected-by-l:fae-pFejes�
• base-fnaps —"as-ba+ltL49F-FeseFd-
dFawiF►gs, peFr Wr-eseFd balsa; eFa�
isteFies el �eFr#fae ex+sleFFse aF}d-aypFexiFrame-Iesati9R 9f-eXiSt4►g-4+V49IVed-
atilities:
+--€e�+eawFeseFds#aF=-eu+deFtse-eF-+F►b+sal:ieF►-e#-a�+l:+eF}al-ava+�able-FeseFds;
daplisate eF seFF#IistiF}giF�feFFpatieF�; Feed #eF slaFi#isatieF}
•—l3e�elep-�€-plaFa-sfaeets-aF�d-#�aF}s#eF-+F►#eFr�a>:+eFa-erg-a41-+F��el�ed-�+I+l:+es#a
a��FepFia#��es+gF��lar�sfaeel:�elesl:FeF�+6#ife�aF���eF-e##eF-besaFF►eF�s-ate
Feg44 Fed—€XeFsise fefessiGRal fedgFF►eF #a Fese� seFF#I+s iF}g +F►#eFr�al+eF�F-eF
4#9r-Fpati9R depicted; 4 d+sate=el:+l*type-apd-ewR +p,:,-date-e dep+stieF�;
q�►ality-le�el(e}; eF}d-peiF}t�e�aFy��►tility-data; l+F�e-states-{easti��abaF�deFFe�
eat-e€seF�ise}; I+F►e<sise"aF►d-seF►d+t+eFF; F►aFx�beF-e� fe+FFtl�-baFied-sables; aFid-
egsasefnePA-
Qaal#tLevel-C-(+gslades-tasks-as-desG, ibed-#er-Qeaidy-Level
�lder�F#ase-#eat+�Fe�#FeFx�pFejest-�epegFapb+s-data-aF�#FeF�#+eld-
ebseFvafi9RG, *at-aFe sHFfase appu#e44aRG -0 ef-s h6l 1 #ace Utl i66—
•--lF}slede-seF�re�-aF►d-seFFelat+era-e�aeFial-eF-gFeaF►d-FFFeeFFted-et+li#�-#asfl+t+es-+Fr
Q+�alit�l=e�G-tasks
• — uFvey suF#ase-#eatur-es-e€-subsuFfase + t+lity-fa,+lAies-eF-systems,--if-sfa-feataFes
have F4et-alFeady-beeFrsuRveyed-by-a-pFefessmonal sup.�eye"f-p YiGusly-
saF.�eyed r.heek-seF,�ey-data-#eF-asseFasy-aR-sep*eteRess-.
0 14y-feateFes-*isible-at-
#�e-gFeepd-saFfase}=deteFFF►+F}at+eFFe�IF►�er�eleuat+eF�e�aF►y-FsaF►beles-aF�
yraaits;-sketcbessfaewiRg4RteFieF-dlF4eRsieps aF►d fipe-r.9R44e4eas of s, -rh
Fr�aF►fieles-aF►d salts;-aF►y-saFface Faa*#igs-deF►et+F►g-subs, ORA -abler;
faFF►+shed-by�WGwAeFs-#eF-desi P pur-p sew
0 €*eFeise pFe#essieF}af fbldgmeRt te-ser-Felate-data-UAM dlf€eFePA-seaFseS, fe-
Fesel e-seFF#Ii4Rg-iRfeFFsat 9f4-.
Update-feF-pFepaFoplaF>-sheets elestFenicAler,,-aPdieF-ether- eGuFseRtS-t -
Fe#lestt- ie+ategFatiGR-ef-QuAAy-Level-B-and-Qua44y del Qigfer-matieF}:
•—R-eseFRFReF►d #eNew-ep-iFvestigatieps fe g additieF►al seFueys seF}seltatieFrwii#b
et44y-9WReF-,,-ets.*as-may-be-F#eeded-~te-feFther--Fesely,—dissFepaRGies.
City of Fort Worth, Texas Page 22 of 31
Attachment A
Revision Date: 05.23.2024
Page 22 of 31
Fob Wow
�Rfevide +# ice �#a+der�ti# eve rhead-uti ties er�fbe �rejee ar �r ide
the GV8Fhead-U iRfer-rnatiep,er,the-€UE-p4ar,sheet�
}=eve&6frc,l+ des,fasks-as-dessFibed-fcwQualit�-iceve 3
•- €eleet a+ aPPly-�PF-ePr-iate-saFfase geed ysisal etlaed{s} #aseare#� #e are
4etect 44f#ase-at+titiee�wt i the �rejeet limit ar /e to #ase a �a Eisela
+�til+t�lif�er-systef�
• €ase�ef�af+-iRter-pfetatief4-ef-data; + k-the if4disatiefas e# etil+ties ef�the g eef�d
saf#ase #er-saasequeRtsafarey J,.Uiz,-paiPA-er-et#eF-meth4Gd-aeseptable-fer-
rf *4ig-e€4iRes-
-1JRless Fwise difeeted fffafl4 C�f�teflif�e 9 Sif�gle-sefadait liffes ar�d etftside
edges-s#-rf�flti-se�►d�systefff�
—leselVe diffeFeRses betee► �esigf}aced etilities�ar�� etil+ty-weds af��f�reyed-
appHrteRaR
�l eseRqRq8Rd ado4iepal-feeaseFes<fe-resel�diffefeRses i€they-s 4e*ist-
ReGomm atiens fray-if;dude additienal-er-di#ePefitsuFfase gee^sisal-
fnethads eXpier-atOPF-eXsavatief,,er-unrade te-Qralit-l=eyeVA,data.
♦ -As ar} alteMatiye with-
QT-Y-2s-appfevak, utilize-ether-n4eaf�s-ef-data eelleetief�sterage FFetrieuakar4d-
feduetief�that-enables-the eeffelatOG)R ofsurfaee-geephysiea�data-tathe pfejec�s-
sarote�seRtFol
Level -A
•-€xpese afad-lseate utilities at-spesifis4esati9RG Where-seRfliets-may-seseF:
lief+�ef�ta�af�d-*ef#isaHAAatie atilit Wswp,Fef-seRtFo�
•—Rfe�ide-�►til+ty-sire-affd-sefffig�ffatieff:
�Rfevide-pav4�gthiGkness-artd-type, where applicable:
♦-RreVidegeneral seil-type-ar}d-site serfd+tiersaFA-sae#etl,qr-peftiRPAt atier-
as is-reaseRably-asseftairfable-frsfn-eaG44est-hele-site:
ASSUMPTIONS
Uia.te- ,(XX Level-A-test-heles-are 44c4uded:-LevetA.t-est-he4e-if4ferrnatief4-te 4ae-
pre�ided:
�--Rrier• te-desigr� te-sapplerr�►t-the-design-sef�rey
�:---Rrie�te-ser}strestief�; at-Ernie-a�lesatfef�s; te-6er}firr�rf�=ar}6hfse-et+lfty-6er}flfst-has-
heeR 4+-fac4-sleafe4
All utility locations will be shown on plans as determined from 811 design locates
in the field. This will be done prior to design, to supplement the design survey.
City of Fort Worth, Texas Page 23 of 31
Attachment A
Revision Date: 05.23.2024
Page 23 of 31
Fob Wow
DELIVERABLES
A-.-BFaw+ag-4the p ejec+lay9ut wi##d+ sieRand-Eesr4iRate 1+
B. �&W€plaR-draw+resealed-br-a-prefess+ena�"iReer- a steFed-ipvthe-State ef-
Texas.
C. Digital terrain models (DTM) and the triangular irregular network (TIN) files in a
format acceptable by the city.
D. All Geopak files and OpenRoads files
City of Fort Worth, Texas Page 24 of 31
Attachment A
Revision Date: 05.23.2024
Page 24 of 31
Fob Wow
TASK 9. PERMITTING.
ENGINEER will provide permitting support for the CITY to obtain any and all agreements
and/or permits normally required for a project of this size and type, as follows:
9.1 Texas Department of Transportation (TxDOT) Permit
• Meet, negotiate and coordinate to obtain approval of the agency issuing the
agreement and/or permits.
• Completing all forms/applications necessary.
• Submitting forms/applications for CITY and TxDOT review
• Submitting revised forms for agency review
• Responding to agency comments and requests
9-.2. Raikead-PerFn4
•--AAeet; eegotiate-ar�d-GeeFd+eate-#�ebta+e-a��reval-e#fbe-ager�sy-+ss+�+egffae-
agreer�er�-ar�d/er-per�+ts:
��e��let+ragaµ#er�s/a�l+c-at+er��►eeessar-y-
•---�r�r+#�+ag#errr�s��l+GatieriG-#eF-SI#-review
m4URg-Fev+sed-# FFns-fe�agGy-review
•--k�esrysF}d+�►gfa-agepsy-Gee+Fae�a�-retests
9.3 Texas Department of Licensing and Regulation (TDLR)
• Identify and analyze the requirements of the Texas Architectural Barriers Act,
Chapter 68 Texas Administrative Code, and become familiar with the
governmental authorities having jurisdiction to approve the design of the Project.
• ENGINEER is responsible for providing plans that are in compliance with TDLR
requirements.
• Submit construction documents to the TDLR
• Completing all TDLR forms/applications necessary
• Obtain the Notice of Substantial Compliance from the TDLR
• Request an inspection from TDLR or a TDLR locally approved Registered
Accessibility Specialist no later than 30 calendar days after construction
substantial completion. Advise the CITY in writing of the results of the inspection.
• Responding to agency comments and requests
• All costs associated with TDLR plan review and inspections are to be paid by the
ENGINEER during the course of the project.
City of Fort Worth, Texas Page 25 of 31
Attachment A
Revision Date: 05.23.2024
Page 25 of 31
Fob WoIr w
9.4 I.A.1-pter-ReoefiepReveRtiee Wae
•— F-s ect-t-hat-disWFb-aR-aF-ea-gFeafeF-thae-eee- f 4}asre; the-GeRtFasfer-w&iae-
resperrsibl&feF-prepari+�garrd-sub :A4t44g-the-Sferpp,VVateF-Pellutie+Mier,
Plar+-{SWPRR}*it,h-apprepr+ate-regelatery ageesies. The-€egineer-w4prepaFe-
the iSVll-Gerrsfrasfier►-Plarrasser-dir+gte-the-sarrer+t-C/#iSWh4LG4e4a-Manual
#e &#�se+ie{eie +e a Ce�st tferrwhiGh-wll-be inrerpeFatedrintathe-
SWPPP-by-the e9PAr-aster:
&5€r}v MFIFner+tal-Servises-
0 Negotiatingseerdipatifigte-ebfainappre�ral-e€the ager�sy +ss+�i�gt�ie
agreerr+er►t-arrdier-permits:
0 n4plegRg-all-fGFmsiapplisa#+er►s-Resessary.
0 rnit ng-ferrnsiapplisafierSfeF-GlTY-review
•—Sebrn t fr g-revised-ferres-fer-ageRGy-review
• --1 esp4and+FigttG-agerrey-serr►rneRts-and-reguesfs
Q-6 F-leedplah4-SeR;iGes
• Meet,-ar4-seerdir+ate-te-sbfair+-appreval-e€the-ageRsy-+ss 4ig *e-
agreerr+eRt-ar+dier-peFFn4e:
• rnp4ef++4ga4ferrnsiapp4sa#9RS aesessary.
view
• —S+ bFnittir revised-ferFrrs'far-age+Rcy-review
0 Pvespendi+4gte-agenWc-e4:nments-and-requests
9.7 Tree Removal Permit
• ENGINEER shall coordinate with the City Forester in the Park and Recreation
Department (PARD), submit and obtain approval of a Tree Removal Permit when
required.
• Respond to department comments and requests for additional information.
ASSUMPTIONS
• Permit preparation will begin after approval of the Preliminary Design.
• Two (2) meeting will be combined with other coordination meetings for the
discussion of the permit and to discuss with other City departments (i.e. Parks
and Recreation department, Stormwater management, water department,
transportation & Public Works, etc)
• The City of Fort Worth will submit TxDOT permit for any construction within
TxDOT ROW. Consor will assist in preparing needed documents.
City of Fort Worth, Texas Page 26 of 31
Attachment A
Revision Date: 05.23.2024
Page 26 of 31
Wo
DELIVERABLES
A. Copies of Permit Applications
B. Copies of Approved Permits
City of Fort Worth, Texas Page 27 of 31
Attachment A
Revision Date: 05.23.2024
Page 27 of 31
FORTWor
TASK 10. QUALITY CONTROL / QUALITY ASSURANCE
ENGINEER to provide to the City a Quality Control/ Quality Assurance Plan (QC/QA Plan)
outlining the ENGINEER's method of ensuring the highest levels of design and accuracy are
incorporated into the calculations, plans, specifications, and estimates.
ENGINEER is responsible for and shall coordinate all subconsultant activity to include quality
and consistency of plans.
If, at any time, during the course of reviewing a submittal of any item it becomes apparent to
the CITY that the submittal contains errors, omissions, and inconsistencies, the CITY may
cease its review and return the submittal to the ENGINEER immediately for appropriate
action. No additional time will be granted.
10.1. QC/QA of Survey and SUE Data
• The ENGINEER's Surveyor shall perform Quality Control/ Quality Assurance on
all procedures, field surveys, data, and products prior to delivery to the CITY. The
CITY may also require the ENGINEER's Surveyor to perform a Quality
Assurance review of the survey and/or subsurface utility engineering (SUE) work
performed by other surveyors and SUE providers.
• ENGINEER's Surveyor shall certify in writing via a letter that the survey
information provided has undergone a Quality Control/ Quality Assurance
process.
• ENGINEER's Subsurface Utility Engineering provider shall certify in writing via a
letter that the SUE information provided has undergone a Quality Control/ Quality
Assurance process.
10.2. QC/QA of Design Documentation
• ENGINEER shall perform a QC/QA review of all documents being submitted for
review at all stages of the design including the 30%, 60%, and 90% and Final
Document design review submittals. QA should be performed by an individual
within the firm who is not on the design team.
• ENGINEER is to acknowledge that each item on the Detailed Checklist has been
included by checking "done" on the checklist. If a particular checklist item is not
applicable, this should be indicated by checking "N/A". If an entire checklist is
not applicable, this should be indicated by checking every item on the list as
"N/A" and still included with the submittal. The ENGINEER shall use the Detailed
Checklist provided by CITY.
• A Comment Resolution Log must be used to document conflicting comments
between reviewers and to highlight comments made by the CITY that the
ENGINEER is not incorporating into the design documents along with the
associated explanation. The ENGINEER shall use the Comment Resolution Log
provided by CITY.
• The documentation of a QC/QA review includes (1) a copy of the color -coded,
original marked -up document (or "check print") developed during the QA
City of Fort Worth, Texas Page 28 of 31
Attachment A
Revision Date: 05.23.2024
Page 28 of 31
Fob Wor
checking process and/or review forms which sequentially list documents and
associated comments; and (2) a summary list of the findings of the QC effort.
• Evidence of the QC/QA review will be required to accompany all submittals.
Documentation shall include, but is not limited to, the following items:
- PDF of the completed Detailed Checklists
If any of the above information is missing, is incomplete or if any comments are
not adequately addressed; the CITY may contact the ENGINEER and request
the missing information. If the ENGINEER does not respond to the request within
24 hours, the CITY shall reject the submittal. No additional time will be granted to
the design schedule for a returned submittal. ENGINEER shall plan to recover the
lost time with future project milestones remaining unchanged.
• If the ENGINEER has not adequately addressed the comments, the submittal
shall be rejected and returned to the ENGINEER immediately to address the
issues.
ASSUMPTIONS
• All submittals to the City will be Quality checked prior to submission.
• A PDF of the QC/QA documentation will be uploaded to the project folder in the
City's document management system (eBuilder).
DELIVERABLES
QC/QA documentation
a. Comment Resolution Log
b. Summary of the QC effort findings
City of Fort Worth, Texas Page 29 of 31
Attachment A
Revision Date: 05.23.2024
Page 29 of 31
Fob WoIr �.
TASK 10. PLAN SUBMITTAL CHECKLISTS
Engineer shall complete and submit Plan Submittal Checklists in accordance with the
following table:
PLAN SUBMITTAL CHECKLIST REQUIREMENTS
Traffic
Traffic
Traffic
Traffic
Street
Water
Traffic
Control
Control
Control
Attachment
Signal
Storm
Storm
Lights
/Sewer
Engineering
30%
60%
90%
"A" Type
(Submit All
Water
Water
(Submit
to
(Submit All
(Submit All
Required for all work in City
@ 30%)
30%
60 /o
All @
@ 60%)
@ 60%)
30%
ROW
Street
X
X"
X
X
X
*If included in street project
City of Fort Worth, Texas Page 30 of 31
Attachment A
Revision Date: 05.23.2024
Page 30 of 31
Fob Wow
ADDITIONAL SERVICES NOT INCLUDED IN THE EXISTING SCOPE OF SERVICES
Additional Services not included in the existing Scope of Services — CITY and
ENGINEER agree that the following services are beyond the Scope of Services described in
the tasks above. However, ENGINEER can provide these services, if needed, upon the
CITY's written request. Any additional amounts paid to the ENGINEER as a result of any
material change to the Scope of the Project shall be agreed upon in writing by both parties
before the services are performed. These additional services include the following:
• Negotiation of easements or property acquisition, unless included as part of Section 7.
• Services related to disputes over pre -qualification, bid protests, bid rejection and re-
bidding of the contract for construction.
• Administration of the construction contract and inspection services
• Performance of materials testing or specialty testing services.
• Services necessary due to the default of the Contractor.
• Services related to damages caused by fire, flood, earthquake or other acts of God.
• Services related to warranty claims, enforcement and inspection after final completion.
• Services to support, prepare, document, bring, defend, or assist in litigation undertaken
or defended by the CITY.
• Performance of miscellaneous and supplemental services related to the project as
requested by the CITY.
City of Fort Worth, Texas Page 31 of 31
Attachment A
Revision Date: 05.23.2024
Page 31 of 31
ATTACHMENT B
COMPENSATION
Design Services for
Trinity Metro Bus Pad — Year 2
City Project No. 105883
Time and Materials with Rate Schedule Project
I. Compensation
A. The ENGINEER shall be compensated for personnel time, non -labor expenses,
and subcontract expenses in performing services enumerated in Attachment A as
follows:
i. Personnel Time. Personnel time shall be compensated based upon hours
worked directly in performing the PROJECT multiplied by the appropriate Labor
Category Rate for the ENGINEER's team member performing the work.
Labor Category Rate as presented in the rate schedule table below is the rate for
each labor category performing the work and includes all direct salaries, overhead,
and profit.
Labor Category
2025 Rate
($/hour)
Project Director
$259
Project Manaqer
$213
Project Engineer
$181
EIT
$135
CADD
$100
Administrative
$73
Non -Labor Expenses. Non -labor expenses shall be reimbursed as Direct
Expenses, at invoice or internal office cost.
Direct Expenses, (non -labor) include, but are not limited to, mileage, travel and
lodging expenses, mail, supplies, printing and reproduction services, other direct
expenses associated with delivery of the work; plus applicable sales, use, value
added, business transfer, gross receipts, or other similar taxes.
iii. Subcontract Expenses. Subcontract expenses and outside services shall be
reimbursed at cost to ENGINEER plus a markup of ten percent (10%).
City of Fort Worth, Texas
Attachment B
Revised Date: 8/18/2025
Page 1 of 4
B-1
ATTACHMENT B
COMPENSATION
iv. Budgets. ENGINEER will make reasonable efforts to complete the work within
the budget and will keep the City informed of progress toward that end so that
the budget or work effort can be adjusted if found necessary.
ENGINEER is not obligated to incur costs beyond the indicated budgets, as may be
adjusted, nor is the City obligated to pay ENGINEER beyond these limits.
If ENGINEER projects, in the course of providing the necessary services, that the
PROJECT cost presented in Article 2 of this Agreement will be exceeded, whether
by change in scope of the project, increased costs or other conditions, the
ENGINEER shall immediately report such fact to the City and, if so instructed by the
City, shall suspend all work hereunder.
When any budget has been increased, ENGINEER's excess costs expended prior
to such increase will be allowable to the same extent as if such costs had been
incurred after the approved increase.
B. The ENGINEER shall be paid monthly payments as described in Section II -
Method of Payment.
II. Method of Payment
A. The ENGINEER shall be paid by the City based upon an invoice created on the
basis of statements prepared from the books and records of account of the
ENGINEER, based on the actual hours and costs expended by the ENGINEER in
performing the work.
B. Each invoice shall be verified as to its accuracy and compliance with the terms of
this Agreement by an officer of the ENGINEER.
C. ENGINEER shall prepare and submit invoices in the format and including content
as presented in Exhibit B-1.
D. Payment of invoices will be subject to certification by the City that such work has
been performed.
III. Progress Reports
A. The ENGINEER shall prepare and submit to the designated representative of the
Transportation and Public Works Department monthly progress reports and
schedules in the format required by the City.
City of Fort Worth, Texas
Attachment B
Revised Date: 8/18/2025
Page 2 of 4
ATTACHMENT B
COMPENSATION
IV. Summary of Total Project Fees
Firm Primary Responsibility
Fee Amount
%
CONSOR ENGINEERS LLC
$264,159.00
69.75%
Proposed Sub -Consultants
Designworks TDLR
Accessibility
Partners, LLC
$2,700.00
0.71 %
JD Engineering SURVEY
$47,120.00
12.44%
LIM & ASSOCIATES, SURVEY
Inc.
$64,740.00
17.09%
TOTAL
$378,719.00
100%
Project Number & Name
Total Fee
Sub Fee
105883 — Trinity Metro Bus Pad — Yr2
1 $378,719.00
$114,560.00
City of Fort Worth, Texas
Attachment B
Revised Date: 8/18/2025
Page 3 of 4
B-3
EXHIBIT "B-1"
ENGINEER INVOICE
(Supplement to Attachment B)
Insert required invoice format following this page, including negotiated total budget and
allocations of budgets across desired work types and work phases.
City of Fort Worth, Texas
Attachment B
Revised Date: 8/18/2025
Page 4 of 4
B-4
Professional Services Invoice
Project: [Trinity Metro Bus Pad - Year 2
City Project #: 1105883 1
City Sec Number: 162979
Company Name: Iconsor Engineers, LLC
Supplier's PM: Brian Clark
Supplier Invoice #:
Payment Request #:
Service Date:From
Service Date:To
Invoice Date:
Trinh I Summary
Supplier Instructions:
Fill in green cells including Invoice Number, From and To Dates and the included worksheets.
When your Invoice is complete, save and close, start Buzzsaw and Add your invoice to the
Consultant folder within Project's folder.
email: brian.clark@consoreng.com
Office Address: 5001 LBJ FreewaySuite 700Dallas, TX 75244
Telephone: 214-392-5438
Fax: N/A
Remit Address: ar@consoreng.com, 14142 Denver WestPkwy Bldg. 51, Ste 2501-akewoo
Agreement Amendment
Sheet FID and Work Type Description Amount Amount
Agreement
Amount to
Date
LTD
Completed
Amount
Percent
Spent
($) Invoiced
Previously
Current
Invoice
Remaining
Balance
Work Type 1
Eng Services-CONSOR
$66,456.00
$264,159.00
$330,615.00
$330,615.00
Work Type 2
Survevina Services - LIM
$33,000.00
$64,740.00
$97,740.00
$97,740.00
Work Tvue3
JD Enaineerina
$47,120.00
$47,120.00
$47,120.00
Work Type 4
TDLR - Designworks
$500.00
$2,700.00
$3,200.00
$3,200.00
Work T e 5
Work Type 6
Totals This Invoice
$99.956.00 $378.719.00, $478.675.00
Overall Percentage Spent:
$478.675.00
C mor Elginwm, LLC
Suite T99
c Pr*ct M9nager Milp Txm
Suppllar's Pro/act Manager: Wmnamk
Supplier's PMemail: b
Name of Project:
TMdy rbeofi Pei-Yer2
Total Labor
Subcontractar Subtobl
10Pmmn1M*upm Suter Samlme
Nonlsbor Emenses
Narfabar Expanse Subtabl
&D
Total Expenses )Subcamlact Servlces+%ukup+Nonlabor Expenses)
T4i_1RI] ii.l 9Y1zMCI Nc
8upPPryGeN
Pro. y.lnwim No.
Inwice aab:
Perloa 8aNcemb:Ran
S
City SecmtaryConlractM 629T9
P.O. Numbs:
Amount
mm
moo
Mno
Mno
Mno
Mno
Mno
Mno
Mno
Mno
Mno
Mno
Mno
Mno
f699
fgog
m.W
fO.W
f608
fg.g0
Professional Services Invoice Project Manager: PhilipTrinh
Project: Trinity Metro Bus Pad - Year 2
City Project #: 105883
Work Type Desc: Eng Services - CON SOR Supplier Instructions:
FID:
City Sec Number: 62979 Fill In green cells Including Percent Complete and Invoiced Previously Quanitles
Purchase Order: When your Invoice is complete, save and close, start Buzzsaw and Add your invoice to the
Consultant folder within Project's folder.
Company Name: Consor Engineers, LLC
Supplier's PM: Brian Clark email: bdan.dark@consoreng.com
Supplier Invoice #: Brian Clark Office Address: 5001 LBJ FreewaySuite 70ODallas, TX 75244
Payment Request #: Telephone: 214-392-5438
Service Date:From Fax: N/A
Service Date:To
Invoice Date: Remit Address: ar@consoreng.com, 14142 Denver WestPkwy, Bldg. 51, Ste 2501-akewood,
Pay Items
Agreement Amendment Amendment
Description Amount Number Amount
Agreement
Amount to
Date
LTD
Completed
Amount
Percent ($) Invoiced
Spent Previously
Current
Invoice
Remaining
Balance
30-Design 1.0Project Management
$5,102.00
1
$16,537.00
$21,639.00
$21,639.00
32 - Preliminary Design 3.0 Preliminary Design
$34,734.00
1
$147,794.00
$182,528.00
$182 528.00
51 - Preliminary Survey 10% Sub Markup
$3,350.00
1
$11,456.00
$14,806.00
$14,806.00
32- Preliminary Desi n ROW Research
$2,136.00
1
$5,396.00
$7,532.00
$7,532.00
33 - Final Design Final Design
$13,802.00
1
$66,532.00
$80,334.00
$80 334.00
80-Construction Bid Phase
$7,332.00
1
$5,850.00
$13,182.00
$13182.00
80 - Construction Construction Phase
1
$8,456.00
$8,456.00
$8,456.00
30-Design Permitting
1
$2,138.00
$2,138.00
$2,138.00
Totals This Unit: $66.456.00 $264.159.00 $330.615.00 $330.615.00
Overall Percentage Spent:
Professional Services Invoice
Project: Trinity Metro Bus Pad - Year 2
City Project #: 105883
Work Type Desc: I Surveying_ Services - LIM
FID:
City Sec Number: 62979
Purchase Order:
Company Name: Consor engineers, LLC
Supplier's PM: Brian Clark
Supplier Invoice #:
Payment Request #:
Service Date: From
Service Date:To
Invoice Date:
Project Manager: Philip Trinh
Supplier Instructions:
Fill in green cells including Percent Complete and Invoiced Previously Quanities
When your Invoice is complete, save and close, start Buusaw and Add your invoice to the
Consultant folder within Project'sfolder.
email: bdan.clarkQaconsoreng.com
Office Address: 5001 LBJ FreewaySuite 700Dallas, TX 75244
Telephone: 214-392-5438
Fax: N/A
Remit Address: ar@consoreng.com, 14142 Denver WestPkwy, Bldg. 51, Ste 250Lakewood
Pay Items
Agreement Amendment Amendment
Description Amount Number Amount
Agreement
Amount to
Date
LTD
Complete
Amount
Percent ($) Invoiced
Sent Previously
Current
Invoice
Remaining
Balance
51 - Preliminary Survey Design Survey
$33,000.00
1
$64,740.00
$97,740.0
$97 740.00
Totals This Unit: $33.000.00 $64.740.00 $97.740.00
Overall Percentage Spent:
$97.740.00
Professional Services Invoice
Project: Trinity Metro Bus Pad - Year 2
City Project #: 105883
Work Type Desc: JD En ing eering
FID:
City Sec Number: 62979
Purchase Order:
Company Name: Consor Engineers, LLC
Supplier's PM: Brian Clark
Supplier Invoice #:
Payment Request#:
Service Date:From
Service Date:To
Invoice Date:
Project Manager: Philip Trinh
Supplier Instructions:
Fill in green cells including Percent Complete and Invoiced Previously Quanities
When your Invoice is complete, save and close, start Buzzsaw and Add your invoice to the
Consultant folder within Project's folder.
email: brian.clark@consoreng.com
Office Address: 5001 LBJ FreewaySuite 700Dallas, TX 75244
Telephone: 214-3925438
Fax: NIA
Remit Address: ar@consoreng.com, 14142 Denver WestPkwy, Bldg. 51, Ste 250Lakewood,
Pay Items
Agreement Amendment Amendment
Description Amount Number Amount
Agreement
Amount to
Date
LTD
Completed
Amount
Percent ($) Invoiced
Spent Previously
Current
Invoice
Remaining
Balance
51-Preliminary Survey Design Survey
1
$47,120.00
$47,120.00
$47,120.00
Totals This Unit:
$47120.00 $47120.00
Overall Percentage Spent:
$47.120.00
Professional Services Invoice
Project: Trinity Metro Bus Pad - Year 2
City Project #: 105883
Work Type Desc: TDLR - Designworks
FID:
City Sec Number: 62979
Purchase Order:
Company Name: Consor Engineers, LLC
Supplier's PM: Brian Clark
Supplier Invoice #:
Payment Request #:
Service Date:From
Service Date:To
Invoice Date:
Project Manager: Philip Trinh
Supplier Instructions:
Fill in green cells including Percent Complete and Invoiced Previously Quanities
When your Invoice is complete, save and close, start Buzzsaw and Add your invoice to the
Consultant folder within Project's folder.
email: brian.clark@consoreng.com
Office Address: 5001 LBJ FreewaySuite 700Dallas, TX 75244
Telephone: 214-392-5438
Fax: NIA
Remit Address: ar@consoreng.com, 14142 Denver WestPkwy, Bldg. 51, Ste 250Lakewood,
Pay Items
Agreement Amendment Amendment
Description Amount Number Amount
Agreement
Amount to
Date
LTD
Completed
Amount
Percent ($) Invoiced
Spent Previously
Current
Invoice
Remaining
Balance
85 -Construction Services TDLR
$500.00
1
$2,700.00
$3,200.00
$3,200.00
Totals This Unit: $500.00 2.700.00 $3.200.00
Overall Percentage Spent:
3.200.00
Professional Services Invoice Project Manager: Philip Trinh
Project: Trinity Metro Bus Pad - Year 2
City Project #:
105883
Work Type Desc:
Supplier Instructions:
FID:
City Sec Number:
62979
Fill in green cells including Percent Complete and Invoiced Previously Quanities
Purchase Order:
When your Invoice is complete, save and close, start Buzzsaw and Add your invoice to the
Consultant folder within Project's folder.
Company Name:
Consor Engineers, LLC
Supplier's PM:
Brian Clark
email: brian.clark@consoreng.com
Supplier Invoice #:
Office Address: 5001 LBJ FreewaySuite 700Dallas, TX 75244
Payment Request #:
Telephone: 214-3925438
Service Date:From
Fax: N/A
Service Date:To
Invoice Date:
Remit Address: ar@consoreng.com, 14142 Denver WestPkwy, Bldg. 51, Ste 2501-akewoi
Pay Items
Agreement Amendment Amendment
Description Amount Number Amount
Agreement
Amount to
Date
LTD
Completed
Amount
Percent ($) Invoiced
Sent Previously
Current
Invoice
Remaining
Balance
Totals This Unit:
Overall Percentage Spent:
Professional Services Invoice
Project: Trinity Metro Bus Pad - Year 2
City Project #: 105883
Work Type Desc: I Surveying_ Services - LIM
FID:
City Sec Number: 62979
Purchase Order:
Company Name: Consor engineers, LLC
Supplier's PM: Brian Clark
Supplier Invoice #:
Payment Request #:
Service Date: From
Service Date:To
Invoice Date:
Project Manager: Philip Trinh
Supplier Instructions:
Fill in green cells including Percent Complete and Invoiced Previously Quanities
When your Invoice is complete, save and close, start Buusaw and Add your invoice to the
Consultant folder within Project'sfolder.
email: bdan.clarkQaconsoreng.com
Office Address: 5001 LBJ FreewaySuite 700Dallas, TX 75244
Telephone: 214-392-5438
Fax: N/A
Remit Address: ar@consoreng.com, 14142 Denver WestPkwy, Bldg. 51, Ste 250Lakewood
Pay Items
Agreement Amendment Amendment
Description Amount Number Amount
Agreement
Amount to
Date
LTD
Complete
Amount
Percent ($) Invoiced
Sent Previously
Current
Invoice
Remaining
Balance
51 - Preliminary Survey Design Survey
$33,000.00
1
$64,740.00
$97,740.0
$97 740.00
Totals This Unit: $33.000.00 $64.740.00 $97.740.00
Overall Percentage Spent:
$97.740.00
Professional Services Invoice
Project: Trinity Metro Bus Pad - Year 2
City Project #: 105883
Work Type Desc: JD En ing eering
FID:
City Sec Number: 62979
Purchase Order:
Company Name: Consor Engineers, LLC
Supplier's PM: Brian Clark
Supplier Invoice #:
Payment Request#:
Service Date:From
Service Date:To
Invoice Date:
Project Manager: Philip Trinh
Supplier Instructions:
Fill in green cells including Percent Complete and Invoiced Previously Quanities
When your Invoice is complete, save and close, start Buzzsaw and Add your invoice to the
Consultant folder within Project's folder.
email: brian.clark@consoreng.com
Office Address: 5001 LBJ FreewaySuite 700Dallas, TX 75244
Telephone: 214-3925438
Fax: NIA
Remit Address: ar@consoreng.com, 14142 Denver WestPkwy, Bldg. 51, Ste 250Lakewood,
Pay Items
Agreement Amendment Amendment
Description Amount Number Amount
Agreement
Amount to
Date
LTD
Completed
Amount
Percent ($) Invoiced
Spent Previously
Current
Invoice
Remaining
Balance
51-Preliminary Survey Design Survey
1
$47,120.00
$47,120.00
$47,120.00
Totals This Unit:
$47120.00 $47120.00
Overall Percentage Spent:
$47.120.00
Professional Services Invoice
Project: Trinity Metro Bus Pad - Year 2
City Project #: 105883
Work Type Desc: TDLR - Designworks
FID:
City Sec Number: 62979
Purchase Order:
Company Name: Consor Engineers, LLC
Supplier's PM: Brian Clark
Supplier Invoice #:
Payment Request #:
Service Date:From
Service Date:To
Invoice Date:
Project Manager: Philip Trinh
Supplier Instructions:
Fill in green cells including Percent Complete and Invoiced Previously Quanities
When your Invoice is complete, save and close, start Buzzsaw and Add your invoice to the
Consultant folder within Project's folder.
email: brian.clark@consoreng.com
Office Address: 5001 LBJ FreewaySuite 700Dallas, TX 75244
Telephone: 214-392-5438
Fax: NIA
Remit Address: ar@consoreng.com, 14142 Denver WestPkwy, Bldg. 51, Ste 250Lakewood,
Pay Items
Agreement Amendment Amendment
Description Amount Number Amount
Agreement
Amount to
Date
LTD
Completed
Amount
Percent ($) Invoiced
Spent Previously
Current
Invoice
Remaining
Balance
85 -Construction Services TDLR
$500.00
1
$2,700.00
$3,200.00
$3,200.00
Totals This Unit: $500.00 2.700.00 $3.200.00
Overall Percentage Spent:
3.200.00
Level of Effort Spreadsheet
TASK/HOUR BREAKDOWN
Design Services for CONSOR Engineers, LLC
Trinity Metro Bus Pad Project - Year 2
Citv Proiect No.105883
Task No.
Task Description
Labor(hours)
Total Labor
Cost
Expense
Total Expense
Cost
Task Sub Total
Project
Director
Project
Manager
Project
Engineer
EIT
CADD
Administrative
Subconsultant
Travel
Reproduction
Rat
$259
$213
$181
$135
$100
$73
MWBE
Non-MWBE
3.3
Constructabilit Review
$0
$0
$0
3.4
Public Meeting
$0
$0
$0
3.5
Utility Clearance
$0
$0
$0
3.6
Traffic Control Plan
1
2
$451
$0
$451
3.7
SW3P Plan
1
2
$451
$0
$451
3.8
Project Decision Log
$0
$0
$0
3.9
Construction Estimate
6
30
$5.136
$0
$5,136
4.0
Final Design
4
8
15
20
80
0
$66 332
$0
$0
$200
$0
$200
$66 532
4.1
Final Draft (90%) Construction Plans and
S ecifications
80
130
$32 030
$200
$200
$32,230
4.2
Final (100%) Plans and Specifications
40
70
80
$24 690
1 $0
$24 690
3.1.1
1 QAfQC
4
81
18
$5 998
$0
$5 998
4.3
Project Decision Los 90% and 100%)
10
$1 810
$0
$1 810
4.4
Construction Estimates (90% and 100%)
4
8
$1,804
$0
$1,804
5.0
Bid Phase
0
2
24
8
0
0
$5,850
$0
$0
$0
$0
$0
$5,850
5.1
Issue Task Order
2
24
8
$5,850
$0
$5,850
6.0
Construction Phase Services
0
10
26
12
0
0
$8,456
$0
$0
$0
$0
$0
$8,456
6.1
Construction Support
6.1.1
Attend Preconstruction Conference
21
2
$788
$0
$788
6.1.2
Attend Public Meeting
$0
$0
$0
6.1.3
On -site Progress meeting
4
10
$2 662
$0
$2,662
6.1.4
Submittal Review
2
8
$1,874
$0
$1 874
6.1.5
Request for Inform ationZhange Order
Review
2
6
12
$3,132
$0
$3,132
6.2
Record Drawings
$0
$0
$0
City of Fort Worth, Texas
Attachment B - Level of Effort Supplement
PMO Official Release Date: 8.09.2012
2 of 4
Level of Effort Spreadsheet
TASK/HOUR BREAKDOWN
Design Services for CONSOR Engineers, LLC
Trinity Metro Bus Pad Project - Year 2
Citv Proiect No.105883
Task No.
Task Description
Labor(hours)
Total Labor
Cost
Expense
Total Expense
Cost
Task Sub Total
Project
Director
Project
Manager
Project
En ineer
EIT
CADD
Administrative
Subconsultant
Travel
Reproduction
Rat
$259
$213
$181
$135
$100
$73
MWBE
Non-MWBE
7.0
ROW/Easement Services
0
0
6
30
0
0
$ 136
$0
$0
$0
$260
$260
$5 396
7.1
Right -of -Way Research
6
30
$5 136
$260
$260
$5 396
7.2
Right-of-Way/Easement Preparation and
Submittal
$0
$0
$0
7.3
Temporary Right of Entry Submittal
$0
$0
$0
8.0
Survey
0
0
0
0
0
0
$0
$35,000
$76,860
$0
$0
$111.860
$111.860
8.1
Design Survey
$0
$35 000
$76,860
$111 860
$111 860
8.2
Temporary Right of Entry Submittal
$0
$0
$0
8.3
Construction Survey
$0
$0
$0
9.0
Permitting
0
2
2
10
0
0
$2,138
$0
$2700
$0
$0
$2700
$4838
9.1
SWPPP
TxDOT Review
$0
$0
$0
9.2
1
1
6
$1,204
$0
$1,204
9.3
ITDLR
City of Fort Worth Municipal Coordination
Review (City Department Review)
1
1
4
1
$934
$0
$934
9.4
I
I
$0
$2,700
2,700
$2,700
Total
10
55
411
8801
380
7
$251,1431
$35,0001
$79,560
800
$500
$1,560
$367,263
City of Fort Worth, Texas
Attachment B - Level of Effort Supplement
PMO Official Release Date: 8.09.2012
Project Summary
Total Hours
1 443
Total Labor
$365 703
Total Expense
$1.560
MBE/SBE Subconsultant
$35 000
Non-MBE/SBE Subconsultant
$79 560
10% Sub Markup
$11,456
3 of 4
Level of Effort Spreadsheet
TASK/HOUR BREAKDOWN
Design Services for CONSOR Engineers, LLC
Trinity Metro Bus Pad Project - Year 2
City Project No.105883
Labor(hoursl
I
Expense
Project I Project I Project
Director Manager Engineer
EIT I CADD I Administrative
Subconsultant I
Travel Reproduction
Task No.
Task Description
Total Labor
Cost
Total Expense Task Sub Total
Cost
$2591 $213 $181
$1351 $1001 $73
Rat
MWBE I Non-MWBE
MBE/SBE Participation 9.2%
Total Project Cost $378,719
Approved By:
d�� 05/29/2025
Senior Capital Projects Officer
Department of Transportation and Public Works
City of Fort Worth, Texas
Attachment B - Level of Effort Supplement
PMO Official Release Date: 8.09.2012
4 of 4
M&C Review
Page 1 of 2
CITY COUNCIL AGENDA
Create New From This M&C
DATE: 9/16/2025 REFERENCE **M&C 25- LOG NAME:
NO.: 0867
CODE: C TYPE: CONSENT PUBLIC
HEARING:
Official site of the City of Fort Worth, Texas
FORTWORTII
`*4�-
20TRINITY METRO BUS PAD
YR 2 TRINITY METRO
ENGINEERING AMEN
NO
SUBJECT: (CD 3, CD 5, CD 6, CD 7, CD 8, CD 9 and CD 11) Authorize Execution of Amendment
Number 1 to a Professional Services Agreement with Consor Engineers, LLC in the
Amount of $378,719.00 for a Revised Contract Amount of $478,675.00 for the Trinity
Metro Bus Pad — Year 2 Project
RECOMMENDATION:
It is recommended that the City Council authorize execution of Amendment Number 1 to a
Professional Services Agreement with Consor Engineers, LLC in the amount of $378,719.00 (City
Secretary Contract Number 62979), for a revised contract amount of $478,675.00 for the Trinity
Metro Bus Pad Project - Year 2 (City Project No. 105883).
DISCUSSION:
The purpose of this Mayor and Council Communication (M&C) is to authorize execution of
Amendment Number 1 to a Professional Services Agreement with Consor Engineers, LLC in the
Amount of $378,719.00. Consor Engineers, LLC was selected to design the Trinity Metro Bus Pad
Project - Year 2 (City Project No. 105883) based on a pre -qualified list of firms from Category 16 of the
Request for Qualifications advertised in April 2020 for various capital project improvements. An
Engineering Agreement with Consor Engineers, LLC in the amount of $99,956.00 (City Secretary
Contract Number 62979) was administratively authorized for the design of 20 bus pads for the project
on March 17, 2025. This Amendment Number 1 is for the design of an additional 69 bus pads.
Trinity Metro intends to upgrade bus stop benches and shelters throughout the City. In collaboration
with Trinity Metro, the City of Fort Worth will provide design services, project management services
and construction for the bus pads cite to the ILA. This project's scope includes concrete bus pads,
curb & gutter, sidewalks, and ramps. The project goals are to promote public transportation ridership
and enhance the quality of life for our community.
The project is scheduled for construction in the Summer of 2026 for the 69 bus pads, contingent on
the availability of funds.
The following table summarizes previous contract action and amendments:
Agreement
Amount
Justification
M&C No.
Date
Initial Contract
CSC No. 62979
$ 99,956.00
Initial contract to design and
develop construction
document
Administratively
3/17/2025
Amendment No.1
378,719.00
Design additional bus pads
This M&C
Contract Total
1 $478,675.00
The table below summarizes funding for the project:
Existing Additional
Fund Funding Funding Project Total
http://apps. cfwnet. org/council_packet/mc_review. asp?ID-3 3 727&councildate=9/ 16/2025 10/ 13 /2025
M&C Review
Page 2 of 2
30106-I nterg ove rme nta
Contribution
30100-General Capital
$1,000,000.0011 $0.001$1,000,000.
835,000.0011 0.0011 835,000.
Project Total 11 $1,835,000.0011 $0.0011 $1,835,000.001
Funding is budgeted in the General Capital Projects Fund for the TPW Department for the purpose of
funding the Trinity Metro Bud Pad - Yr 2 project, as appropriated.
This project is located in COUNCIL DISTRICT 3, 5, 6, 7, 8, 9 & 11.
FISCAL INFORMATION/CERTIFICATION:
The Director of Finance certifies that funds are available in the current capital budget, as previously
appropriated in the General Capital Projects Fund for the Trinity Metro Bus Pad — Yr 2 project to
support the approval of the above recommendation and execution of the contract amendment. Prior
to any expenditure being incurred, the Transportation and Public Works Department has the
responsibility to validate the availability of funds.
Fund Department
I..
Account Project Program
Activity Budget
Reference # Amount
ID
ID
Year
(Chartfield 2
FROM
Tud Department
Account Project Program
Activity Budget
I
Reference # Amount
ID
ID
Year
(Chartfield 2)
Submitted for City Manager's Office by: Jesica McEachern (5804)
,Originating Department Head: Lauren Prieur (6035)
Additional Information Contact: Monty Hall (8662)
ATTACHMENTS
03C-LOE for Typical Design Projects 20250702.0 (Public)
20TRINITY METRO BUS PAD YR 2 TRINITY METRO ENGINEERING AMEN funds avail.docx
(CFW Internal)
Entityinformation 20250718-025543.pdf (CFW Internal)
Form 1295 - Consor 2025-1305639.pdf (CFW Internal)
M&C Map TrinityMetro BusStops Year2 (Amend 69 pads).pdf (Public)
Trinity Metro Bus Pad Year 2 FID Table.xlsx (CFW Internal)
http://apps.cfwnet. org/council_packet/mc—review. asp?ID-3 3 727&councildate=9/ 16/2O25 10/ 13 /2025
CERTIFICATE OF INTERESTED PARTIES FORM 1295
1 oft
Complete Nos. 1. 4 and 6 if there are interested! Parties.
OFFICE U JE ONLY
Complete Nos. 1, 2, 3, 5, and 6 if Mere are no interested parties.
CERTIFICATION OF FILING
Certificate Number.
1 Name of business entity filing form, and Me city, state and country of Me business entity's place
of business.
2025-1305639
Cmsor Engineers, LLC
Houston, TX United States
Date Fled:
2 Name of gcnienturmsdal entity or slate agency that is a Party te the contract for Mich Me form is
05/06/2025
being filed
City of Fort Worth
Date AckrunMedge is
3 Provide Me identification number used by Me governmental entity or state agency to track or identify the contract, and provide a
description of Me services, goods, or other property to be provided under the contract
Contract No. 105663
Design Services for Td nity Metro Bus Pad Project— Year 2
4
Name of Interested Parry
City, State, Country(place of business)
Nature of interest
(check applicable)
Controlling
I Intermediary
Pagl, Sandeep
Houston, TX United States
X
Cass, Matthew
Chapel Hill, NC United States
x
Schwartz, Zina
Houston, TX United States
x
Shimanek, Mindy
Houston, TX United States
x
5 Check only if there is NO Interested Party. ❑
6 UNSMRN DECLARATION
My name is ,antl my dale of birth ¢
My addressu5
(eves) (city) (as) (apcode) (County)
I declare under penalty of perjury that the foregoing is hue and! correct.
Executed! in Han's County, Slate of Texas on Me 6th day of May , 2025
(math) peer)
Signanureofauffnonzedagent contra ng sness entity
(Deco no
Forms provided by Texas Ethics Commission www.ethicsstate.mus Version V ADA02d6221
FORTWORTH.
Routing and Transmittal Slip
Transportation & Public Works
Department
DOCUMENT TITLE: Trinity Metro Bus Pad — Year 2 - Engineering Amendment #1
M&C:
CPN: 105883 CSO: 62979 DOC#:
Date:
To:
Name
Department
Initials
Date Out
1.
Crystal Greene
TPW-Bus Sppt
11/18/2025
2.
Krishna Peapully, Consor
Consultant
KP
11/17/2025
3.
Philip Trinh
TPW -initial
-�,,
11/18/2025
4.
Chad Allen, PgM
TPW - Signature
S
11/19/2025
5.
Chad Allen, PgM
TPW -initial
S,-
11/19/2025
6.
Lissette Acevedo, Sr. CPO
TPW -initial
11/19/2025
7.
Patricia Wadsack, AD
TPW -initial
(,�/
11/25/2025
8.
Lauren Prieur, Director
TPW - signature
xev
11/25/2025
9.
Doug Black
Legal - signature
Dou las&ack
11/26/2025
10.
Jesica McEachern
CMO - signature
12/04/2025
11.
Jannette Goodall
CSO - signature
_—
e o as
12/04/2025
12.
TPW Contracts
TPW
CC: Program Manager, Sr. CPO, TPW BSPAP Recon Team, TPW Records Room, TPW
Contracts ALSO List: Bus Sppt: Crystal Greene; Prg Mgr: Chad Allen; Sr CPO: Lissette Acevedo
DOCUMENTS FOR CITY MANAGER'S SIGNATURE: All documents received from any and all
City Departments requesting City Manager's signature for approval MUST BE ROUTED TO THE
APPROPRIATE ACM for approval first. Once the ACM has signed the routing slip, Jay will review
and take the next steps.
NEEDS TO BE NOTARIZED: ❑YES ®No
RUSH: ❑YES ®No SAME DAY: ❑YES ❑No NEXT DAY: ❑YES ❑No
ROUTING TO CSO: ®YES ❑No
Action Reguired:
❑ As Requested
❑ For Your Information
® Signature/Routing and or Recording
❑ Comment
❑ File
❑ Attach Signature, Initial and Notary Tabs
Return To: Please notify TPWContracts(&fortworthtexas.gov for pickup when complete. Call ext. 7233 or ext.
8363 with questions. Thank you!
CONS7RUCTIONCONTRACT ROUTING & TRANSMITTAL SLIP I EffOl-13-2024, mdhm
FoxJ
City Secretary's Office
Contract Routing & Transmittal Slip
Contractor's Name: Consor Engineers, LLC
Subject of the Agreement: Amendment No. 1 to CSC No. 62979, an Engineering Services Agreement
for the Design of the Trinity Metro Bus Pad - Year 2 Project
M&C Approved by the Council? * Yes 9 No ❑
If so, the M&C must be attached to the contract.
Is this an Amendment to an Existing contract? Yes 9 No ❑ 62979-Al
If so, provide the original contract number and the amendment number.
Is the Contract "Permanent"? *Yes 9 No ❑
If unsure, see back page for permanem contract listing.
Is this entire contract Confidential? *Yes ❑ No 9 Ifonly specie information is
Confidential, please list what information is Confidential and the page it is located
1295 Form - page 57
Effective Date: Expiration Date:
If dii ferem from the approval date. If applicable.
Is a 1295 Form required? * Yes 9 No ❑
*Ifso, please ensure it is attached to the approving M&C or attached to the contract.
Project Number: Ifapplicable. 105883
*Did you include a Text field on the contract to add the City Secretary Contract (CSC)
number? Yes 9 No ❑
Contracts need to be routed for CSO processing in the following order:
1. Katherine Cenicola (Approver)
2. Jannette S. Goodall (Signer)
3. Allison Tidwell (Form Filler)
*Indicates the information is required and if the information is not providers the contract will be
returned to the department.